4120--618-24-115 Replace Coil MAU #3 and #38
ID: 36C26326B0002Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

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

PSC

AIR CONDITIONING EQUIPMENT (4120)

Set Aside

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

    The Department of Veterans Affairs is soliciting bids for the project titled "Replace Coil MAU #3 and #38" at the Minneapolis VA Health Care System. This federal contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves the replacement of two failing steam coils and the upgrade of steam traps in the Energy Center (Building 69) and the main hospital penthouse (Building 70) with freeze-proof models. The estimated project cost ranges from $250,000 to $500,000, and bidders are required to attend a mandatory site visit on October 27, 2025, submit technical questions by November 6, 2025, and submit their bids via email by November 17, 2025, at 2:00 PM (CT). For further inquiries, interested parties can contact Contract Specialist Benjamin Woehrle at benjamin.woehrle@va.gov or by phone at 651-293-3071.

    Point(s) of Contact
    Benjamin WoehrleContract Specialist
    (651) 293-3071
    benjamin.woehrle@va.gov
    Files
    Title
    Posted
    This Statement of Work outlines the replacement of two failing steam coils (MAU #3 and #38) and the associated steam trap for MAU #3 at the MVAHCS. The project, identified as #618-24-115, requires the removal of existing components and the installation of freeze-proof coils and parallel steam traps in the Energy Center (Building 69) and the main hospital penthouse (Building 70). Contractors are responsible for all labor, materials, equipment, and testing, ensuring compliance with contract documents, codes, and VA standards. Key tasks include installing specified Armstrong Centifeed Duramix coils, parallel Armstrong AIC Series steam traps for MAU #3, and all necessary piping, insulation, and controls. The period of performance is 150 days from the Notice to Proceed, with specific deadlines for submittals and construction milestones. Strict safety protocols, security procedures for personnel badging, and designated parking/storage instructions are also detailed.
    The provided document, titled "Solicitation Questions and Answers," is a template or placeholder likely used within the context of government RFPs, federal grants, or state and local RFPs. It consists of a table with columns for "SOW Reference," "Question," and "Answer," followed by 20 numbered rows. The document's purpose is to compile and present official responses to questions raised by prospective bidders or grantees regarding a specific Statement of Work (SOW) or solicitation. Currently, all fields are blank, indicating that it is awaiting the input of questions and their corresponding answers, which are crucial for clarifying requirements, addressing ambiguities, and ensuring a fair and transparent procurement or grant process. This structure is essential for providing comprehensive guidance to all interested parties.
    This government file outlines labor standards and wage determinations for federal contracts, particularly focusing on paid sick leave entitlements for employees. It mandates that contractors provide employees with one hour of paid sick leave for every 30 hours worked, up to 56 hours annually. This leave can be used for personal illness, injury, preventive care, assisting family members with health-related needs, or addressing issues related to domestic violence, sexual assault, or stalking. The document also details the classification of wage rates, emphasizing that wage determinations list prevailing rates for specific construction types and geographic areas. It provides identifiers for union rates, survey rates, weighted union averages, state-adopted rates, and supplemental classifications, ensuring fair compensation and compliance with labor laws. Additional information on contractor requirements and worker protections is available through official government resources.
    This VAAR clause, 852.219-75, outlines the certification requirements and limitations on subcontracting for contractors working with the Department of Veterans Affairs (VA), specifically for services and construction. It mandates that offerors certify compliance with subcontracting limits, which vary by contract type: 50% for services, 85% for general construction, and 75% for special trade construction, restricting payments to non-certified SDVOSBs or VOSBs. The clause excludes the cost of materials for construction contracts. Non-compliance can lead to severe penalties, including criminal prosecution and debarment. Contractors must provide documentation to the VA to demonstrate compliance, which can be requested at any time. The certification is a crucial part of the offer, and failure to provide it renders the offer ineligible for award.
    This government file outlines the general requirements for a construction project, emphasizing site preparation, demolition, labor, and materials as per the scope of work and specifications. Key aspects include strict adherence to VA security programs, mandatory OSHA certifications (30-hour for competent persons and 10-hour for all employees), and specialized confined space entry training. The document details comprehensive construction security requirements, including security plans, employee badging, restricted access, photography prohibitions, and stringent control over keys and sensitive documents. Fire safety measures are extensive, referencing NFPA and OSHA standards, requiring a fire safety plan, maintaining emergency access, installing temporary fire-rated partitions, and managing flammable materials. Infection prevention measures, including dust control, HEPA filtration, and strict cleaning protocols, are critical, especially in occupied medical center areas. The file also covers disposal of materials, protection of existing vegetation and structures, restoration procedures, and requirements for as-built drawings. Operational aspects such as utility services, temporary facility use, and coordination with the Medical Center's functions are detailed. Administrative requirements include project schedules, cost breakdowns, subcontractor lists, prevailing wage rates, and daily logs. Prohibitions on asbestos-containing materials and specific procedures for Lockout/Tagout and Confined Space Entry are also mandated. Submittal procedures for shop drawings, product data, and samples are outlined, emphasizing completeness, electronic format, and VA review periods.
    The Department of Veterans Affairs (VA) is soliciting bids for project 618-24-115, "Replace Coil MAU #3 and #38," at the Minneapolis VA Health Care System. This construction project, a set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB), involves replacing two failing steam coils with freeze-proof models in Building 69 and Building 70, and upgrading steam traps in the Energy Center. The estimated cost is between $250,000 and $500,000. Bidders must attend a mandatory site visit on October 27, 2025, submit technical questions by November 6, 2025, and submit bids via email by November 17, 2025, at 2:00 PM (CT). A bid guarantee of 20% of the bid price (up to $2,000,000) is required, and the successful bidder must furnish performance and payment bonds. The solicitation emphasizes compliance with various FAR and VAAR clauses, including those related to SAM registration, CPARS, VETS 4212 reporting, and background investigations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Y1DA--561A4-26-503 Replacement Coils for Buildings 4,53,54,57,135,143
    Buyer not available
    The Department of Veterans Affairs is seeking bids for the replacement of chilled water and steam coils in various buildings at the VA New Jersey Healthcare Systems Lyons Campus. This project, identified as Solicitation Number 36C24226B0022, involves the furnishing and installation of Original Equipment Manufacturer (OEM) coils, along with the installation of VA-provided coils, across buildings 4, 52, 54, 57, 135, and 143. The work is critical for maintaining the HVAC systems within these facilities, ensuring optimal performance and compliance with health standards. The estimated cost for this project ranges from $250,000 to $500,000, with a performance period of 90 calendar days following the Notice to Proceed. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must register in SAM.gov and veterans.certify.sba.gov, with the official solicitation expected to be released around December 12, 2025. For further inquiries, contact Contract Officer Lateisha Robinson at Lateisha.Robinson@va.gov or (718) 584-9000 ext 4334.
    Z1DA--Upgrade HVAC System Phase II
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to provide all necessary labor, materials, equipment, and supervision to demolish, modify, and install a new HVAC system on the second floor of Building 143, with a project value estimated between $5,000,000 and $10,000,000. The project is critical for enhancing the facility's operational efficiency and ensuring compliance with safety and building codes. Interested bidders must attend a mandatory pre-bid conference on December 11, 2025, submit RFI questions by December 18, 2025, and ensure bids are submitted by January 7, 2026, at 10:00 AM EST, with electronic bids due by January 6, 2026, at 5:00 PM EST. For further inquiries, contact Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    Y1AA--656-20-130 Repair Building 50 Basement Kitchen 656-26-2-3204-0002
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 23, is issuing a presolicitation notice for the project titled "Repair Building 50 Basement Kitchen" at the Saint Cloud VA Health Care System in Minnesota. This project, designated as a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, involves comprehensive remodeling of the existing Dish room and Tray Service Line, addressing critical failures in Architectural, Mechanical, Electrical, Plumbing (MEP), and Heating Ventilating and Air Conditioning (HVAC) systems. The scope includes replacing deteriorating finishes and implementing construction in two phases, impacting approximately 6,000 square feet of space, while ensuring minimal disruption to ongoing operations. The Invitation for Bid (IFB) is expected to be released around November 14, 2025, with a construction budget estimated between $2,000,000 and $5,000,000. Interested bidders must be registered and certified in the Veteran Small Business Certification database and can direct inquiries to Contract Specialist Daniel Dobler at daniel.dobler@va.gov or by phone at 651-293-3015.
    Z2DA--618-26-600, Pharmacy Flooring Repair
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Pharmacy Flooring Repair" project at the Minneapolis VA Medical Center, specifically for the removal and replacement of flooring in Building 70, Room 2P-135. This project is set aside for Service-Disabled Veteran-Owned Small Businesses and requires adherence to VA design guides and specifications, ensuring the new flooring meets infection control standards while allowing the pharmacy to remain operational during construction. The estimated contract value ranges from $25,000 to $100,000, with proposals due by December 8, 2025, and a mandatory site visit scheduled for November 17, 2025. Interested contractors should direct inquiries to Contract Specialist Benjamin J Woehrle at Benjamin.Woehrle@va.gov.
    Z1DA--657-24-109JB, Replace hot water generators in B53, B51, & B24
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to replace hot water generators in Buildings 24, 51, and 53 at the St. Louis Jefferson Barracks VA Medical Center. This project, identified as 657-24-109JB, involves extensive general construction, mechanical, plumbing, and electrical work, including the demolition of existing systems and installation of new semi-instantaneous steam-to-water generators. The contract, valued between $500,000 and $1,000,000, is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses, with a performance period of 365 calendar days. Proposals are due by December 8, 2025, and must be submitted electronically, with additional requirements including active SAM and VetCert registrations. For further inquiries, interested parties may contact Contract Specialist Tonesha Y King at tonesha.king@va.gov.
    Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Buyer not available
    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.
    Y1EB--512-23-154 Construct Consolidated Boiler Spaces at the Loch Raven VAMC, Baltimore MD.
    Buyer not available
    The Department of Veterans Affairs is seeking bids for the construction of consolidated boiler spaces at the Loch Raven Veterans Affairs Medical Center (VAMC) in Baltimore, MD, under Solicitation Number 36C24526R0014. This project involves extensive upgrades, including the construction of a new 5,000 sq ft boiler plant, installation of a low-pressure heating hot water boiler system, and necessary site work, with an estimated construction cost between $20 million and $50 million. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and requires compliance with various safety and regulatory standards. Proposals are due by January 27, 2026, at 10:00 AM EST, and interested parties should contact Contracting Officer Liana J Holland at Liana.Holland@va.gov for further inquiries.
    Z2NB--542-26-105 | Correct FCA Deficiencies Chiller Plant | NCO 4 Construction East (VA-26-00010360)
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to correct deficiencies in the chiller plant at the Coatesville VAMC in Pennsylvania. The contractor will be responsible for providing all necessary labor, materials, and equipment to address the deficiencies as outlined in the scope of work, drawings, and specifications. This project is crucial for maintaining the operational efficiency of the facility's heating and cooling systems, with a contract value estimated between $250,000 and $500,000. Interested bidders must ensure they are registered in the System for Award Management (SAM) and comply with all relevant certification and regulatory requirements. The solicitation documents will be available for download on SAM.GOV around December 12, 2025, and inquiries should be directed to Contract Specialist Kevin Rodgers at kevin.rodgers2@va.gov or by phone at 215-823-5800.
    Z1DA--658-24-106 Replace Bldg 16 HVAC
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Replace Building 16 HVAC" project at the Salem VA Medical Center in Virginia, with a focus on upgrading the HVAC systems in the facility. The project entails the replacement of existing air handling units and associated modifications, requiring contractors to provide all necessary labor, materials, and supervision while adhering to strict safety and operational protocols due to the facility's ongoing medical operations. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated value between $500,000 and $1,000,000, with bids due by January 6, 2026, and a mandatory pre-bid conference scheduled for December 2, 2025. Interested contractors should contact Contract Specialist Taneil C. Crump at Taneil.Crump@va.gov for further details.
    Y1DZ--523A4-20-208 Replace Boilers and Upgrade Controls
    Buyer not available
    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.