L099--CON-NRM 653-25-101 Commissioning-Replace Bldg. 65 Chillers
ID: 36C26025R0049Type: Presolicitation
AwardedSep 2, 2025
$55.2K$55,184
AwardeeDAV ENERGY SOLUTIONS, INC. SAN DIEGO 92109
Award #:36C26025C0040
Overview

Buyer

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

NAICS

Engineering Services (541330)

PSC

TECHNICAL REPRESENTATIVE- MISCELLANEOUS (L099)

Set Aside

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

    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.

    Point(s) of Contact
    Robert B WeeksContract Specialist
    robert.weeks@va.gov
    Files
    Title
    Posted
    The Roseburg VA Health Care System is soliciting Architect-Engineer (A/E) services for the commissioning and replacement of chillers at Building 65. This presolicitation notice indicates that the project is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and outlines the submission requirements for Standard Form (SF) 330, which must be submitted by May 6, 2025. Key details include the estimated contract value of under $25,000 and that qualifications will be evaluated based on professional qualifications, specialized experience, capacity, past performance, and knowledge of the locality. The notice emphasizes adherence to VA guidelines and mandates that firms provide detailed narratives illustrating relevant project experience and competencies. The selection process includes discussions with a shortlist of qualified firms, leading to the issuance of a Request for Fee Proposal (RFP) to the highest-rated candidate. The entire contract process is governed by federal acquisition regulations and specific VA acquisition policies. This effort aims to ensure a robust and compliant replacement of essential equipment within the facility, enhancing operational efficiency and service delivery at the Roseburg VAMC.
    The VHA Network Contracting Office 20 has provided a Past Performance Questionnaire (PPQ) to assess an Offeror's capabilities for a specific project involving the replacement of chillers at the Roseburg VAMC in Oregon. Section 1 requires the contractor to fill in detailed contract information, including contractor details, project title, locations, and pricing. Section 2 is meant for client evaluators to assess the contractor’s performance across several criteria such as quality, timeliness, communication, and cost management. Evaluators are to provide their observations and an overall performance rating based on defined adjectival ratings ranging from "Outstanding" to "Unsatisfactory." This PPQ is critical for evaluating the Offeror's past performance and determining their suitability for the upcoming contract award, ensuring that the selected contractor has a solid track record in executing similar projects effectively. The completed PPQ will be incorporated into the Offeror's SF330 submission but should not be directly submitted to the contracting office by the client. This document highlights the structured process involved in federal contracting and the emphasis on past performance as a key assessment factor in awarding contracts.
    The ARCHITECT-ENGINEER QUALIFICATIONS document facilitates federal agencies in evaluating the professional qualifications of architect-engineer (A-E) firms for contract selection, as mandated by 40 U.S.C. chapter 11 and the Federal Acquisition Regulation. The document outlines instructions for completing the Standard Form 330, which includes two parts: Part I focuses on specific contract qualifications while Part II addresses general firm qualifications, including capabilities, experience, and personnel. Key elements include the requirement for public announcement of A-E service needs, the selection process of at least three qualified firms, and the negotiation of contracts based on demonstrated competence. It provides detailed guidelines for the submission, such as providing information on the proposed team, key personnel resumes, example projects showcasing the team's qualifications, and additional information as requested by agencies. Furthermore, firms are encouraged to keep their qualifications updated, promote their specialties under various disciplines, and indicate their small business status as defined by relevant NAICS codes. Overall, this form serves as a crucial tool for ensuring transparency and standardization in the selection of professional services for government contracts.
    The VAAR 852.219-75 outlines the "Notice of Limitations on Subcontracting—Certificate of Compliance for Services and Construction," establishing requirements for contractors awarded contracts by the Department of Veterans Affairs. It specifies that contractors must adhere to limits on subcontracting, wherein for service contracts, no more than 50% of the amount paid can go to non-VIP-listed Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). For general construction, this limit is set at 85%, and for special trade contractors, at 75%, with certain exclusions for costs of materials. Contractors are required to certify compliance and may need to provide documents to demonstrate adherence to these limitations. Violations could lead to serious penalties including fines and possible prosecution. The certification must be signed and submitted with the contractor's bid to be considered for contract awards. This document highlights the VA's commitment to supporting SDVOSBs and VOSBs while ensuring compliance with federal regulations in contracting practices.
    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--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.
    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.
    C1DZ--AE Upgrade Nurse Call System 538-26-201 - VAMC Chillicothe
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide design services for upgrading the Nurse Call System at the Chillicothe VA Medical Center, under Project Number 538-26-201. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction magnitude between $500,000 and $1,000,000, aimed at enhancing healthcare communication systems within the facility. Interested firms must submit their qualifications using Standard Form (SF-330) by January 6, 2026, at 2:00 PM ET, and should ensure they are SBA certified as SDVOSB/VOSB and registered in the System for Award Management (SAM). For further inquiries, contact Contract Specialist Jeremy Nee at jeremy.nee@va.gov.
    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.
    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.
    Regulated Medical Waste Disposal for Roseburg VAHCS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to provide Regulated Medical Waste disposal services for the Roseburg VA Health Care System and its associated clinics in Oregon. The procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and includes a firm fixed price contract with a base year and four option years, running from January 2026 to December 2031. The services required encompass weekly and bi-weekly pickups of various medical wastes, which must be incinerated for energy recovery, while ensuring compliance with all relevant regulations and maintaining security and HIPAA standards. Interested parties should contact Brian Millington at brian.millington@va.gov for further details regarding the solicitation.
    C1DA--AE Renovate Building 105 Bus Stop - 552-26-503
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide design services for the renovation of Building 105 Bus Stop at the Dayton VA Medical Center in Ohio. The project, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), requires comprehensive design services including schematics, cost estimates, construction drawings, and construction period services to enhance the facility's functionality and aesthetics. Key renovations will involve replacing the roofing system, stabilizing the building with refinished windows and doors, upgrading electrical systems, adding period-correct lighting, repairing the tin ceiling, installing a mini-split HVAC system, and replacing exterior concrete elements. Interested contractors must submit an electronic SF330 by December 29, 2025, to both Stacie Hill at stacie.hill@va.gov and Brian Rosciszewski at brian.rosciszewski@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.
    C1AA--528A5-22-507 A/E -DESIGN CONNECT FORCE MAIN TO COUNTY SEWER Canandaigua VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified Service-Disabled Veteran-Owned Small Business (SDVOSB) architect-engineering firm for Project 528A5-22-507, which involves designing a connection of a force main to the county sewer at the Canandaigua VA Medical Center in New York. The selected firm will provide comprehensive design services, including schematics, construction documents, technical specifications, and construction period services, with a focus on the replacement and reconfiguration of domestic hot water systems. This project is critical for enhancing wastewater management and ensuring compliance with environmental standards, with an estimated construction cost ranging from $1 million to $5 million. Interested firms must submit their qualifications via the SF 330 format by December 19, 2025, at 11 AM EST, and the anticipated award date for the contract is on or before January 31, 2026. For further inquiries, contact Idalia Algarin at idalia.algarin@va.gov or by phone at 716-862-7461 x 22395.