Z1DA--692-24-105 Replace B211A Chiller
ID: 36C26025R0056Type: Presolicitation
AwardedJul 3, 2025
$504.2K$504,217
AwardeeSKYTEK LLC VANCOUVER 98665
Award #:36C26025C0027
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98662, USA

NAICS

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

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for the replacement of the B211A chiller at the Southern Oregon Rehabilitation Center in White City, Oregon. This construction project, with an estimated value between $500,000 and $1,000,000, involves the removal of the existing chiller and installation of a new Dunham Bush ACDR55B model, ensuring compatibility with existing systems and adherence to VA HVAC design standards. The project is critical for maintaining efficient facility operations and enhancing service quality for veterans, with a completion timeframe of 180 days. Interested contractors must submit their proposals by 12:00 PM PDT on May 2, 2025, and can direct inquiries to Contract Officer Helen Woods at Helen.Woods@va.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    This document is an amendment to a solicitation and modification of a contract related to a federal project with contract ID 36C26025R0056, administered by the NCO 20 Network Contracting Office. The amendment, effective on April 2, 2025, addresses bonding requirements as specified in FAR 52.228-1(c). It clarifies that the bid guarantee amount must be 20% of the offer price or the maximum estimated project magnitude, whichever is less. Furthermore, the amendment outlines procedures for acknowledgment of receipt, emphasizing the necessity for offers to conform to this amendment to avoid rejection. The document emphasizes compliance with regulatory standards, ensuring that contractors understand and meet the structured requirements for bid submissions. Overall, it reinforces the clarity needed in governmental contracting processes essential for federal project operations.
    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.
    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.
    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.
    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.
    Similar Opportunities
    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.
    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.
    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.
    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.
    Z1DA--648-24-701 EHRM Infrastructure Upgrades Phase 2 Construction - Portland, OR
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to solicit bids for the Design-Bid-Build EHRM Infrastructure Upgrades Phase 2 project at the Portland VA Health Care System, which encompasses significant construction and infrastructure enhancements in Portland, OR, and Vancouver, WA. The project requires contractors to assess existing conditions, perform demolition, and provide comprehensive labor, materials, and supervision across various disciplines, including civil, plumbing, mechanical, electrical, and electronic work. This initiative is crucial for upgrading the facility's infrastructure, including fiber optic installations, HVAC systems, and fire safety measures, ensuring improved operational efficiency and safety for veterans. The solicitation, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), will be issued as an Invitation for Bid (IFB) in late October 2025, with an estimated construction value between $5 million and $10 million and a performance period of approximately 365 days. Interested parties can direct inquiries to Contract Specialist Sierra Tate at Sierra.Tate@va.gov or by phone at 216-447-8300.
    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.
    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.
    Y1DZ--523A4-20-208 Replace Boilers and Upgrade Controls
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a general contractor for the project titled "Replace Boilers and Upgrade Controls" at the West Roxbury VA Medical Center in Massachusetts. This procurement involves the demolition, modification, and renovation of the existing Central Boiler Plant (Building 8), with an estimated construction magnitude between $50 million and $100 million and a performance period of 943 calendar days. The project is critical for upgrading essential infrastructure to support the medical center's operations. A Request for Proposal (RFP) is expected to be posted around November 21, 2025, and interested contractors must be registered in the System for Award Management (SAM). For further inquiries, contact Contracting Officer Heather Libiszewski-Gallien at Heather.Libiszewski-Gallien@va.gov or by phone at 413-584-4040 ext 6386.
    646-20-109 UD Chiller Capacity and Controls Upgrade
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the "UD Chiller Capacity and Controls Upgrade" project at the Pittsburgh VA Medical Center, specifically targeting contractors with existing Multiple Award Task Order Contracts (MATOC) for the Pittsburgh-Butler-Erie VA Medical Centers. The project entails extensive mechanical, electrical, plumbing, and structural upgrades to enhance the chiller capacity, including demolition and construction across multiple buildings, while adhering to strict safety and compliance standards. This initiative is crucial for modernizing the facility's infrastructure to ensure efficient operations and compliance with federal regulations. Proposals are due by December 30, 2025, at 3:00 PM EST, and interested contractors should contact Amy Demarest at Amy.Demarest@va.gov or Jeffrey Pruett at Jeffrey.Pruett@va.gov for further information.
    [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.