4110--Project 519-26-100 Replace NFS Coolers and Freezers
ID: 36C25725R0092Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF257-NETWORK CONTRACT OFFICE 17 (36C257)San Antonio, TX, 78240, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

REFRIGERATION EQUIPMENT (4110)

Set Aside

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

    The Department of Veterans Affairs is soliciting bids for Project 519-26-100, which involves the replacement of NFS coolers and freezers at the George H. O’Brien VA Medical Center in Big Spring, Texas. The project requires the installation, testing, and integration of refrigeration components, including connecting to the JCI (Metasys) Building Management System, and re-installing fire suppression systems, with a construction magnitude estimated between $500,000 and $1,000,000. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), emphasizing the importance of compliance with industry standards and operational efficiency in food service environments. Interested contractors must submit their proposals by November 12, 2025, at 10:00 AM Central Time, and can direct inquiries to Contract Specialist Jose Reveles at jose.reveles@va.gov or (254) 899-6042.

    Point(s) of Contact
    Jose RevelesContract Specialist
    (254) 899-6042
    jose.reveles@va.gov
    Files
    Title
    Posted
    The document outlines specifications for various storage and facility components, including chemical storage rooms, walk-in refrigeration units, and preparation areas, with measurements provided for each section. Key features include a water supply, multiple refrigeration units, and designated washrooms. The document primarily focuses on ensuring compliance with facility spacing and safety regulations.
    This document is an amendment to a previous combined solicitation, 36C25725R0092, for "Project 519-26-100 Replace NFS Coolers and Freezers" at the George H. O’Brien, Jr., VA Medical Center in Big Spring, Texas. The solicitation number is 36C25725R0092, with a response date of November 12, 2025, at 10:00 AM Central Time. This is a Service-Disabled Veteran-Owned Small Business (SDVOSBC) set-aside procurement under NAICS code 238290. The contracting office is the Department of Veterans Affairs, Central Texas Veterans HCS, and the point of contact is Jose Reveles. The amendment includes attached documents such as the solicitation 36C25725R0092 0001, a site visit sign-in sheet, and VHA PCRA and ICRA documents related to the project.
    This amendment to Solicitation Number 36C25725R0092 for Project 519-26-100, "Replace NFS Coolers and Freezers," issued by the Department of Veterans Affairs, Central Texas Veterans HCS, extends the offer receipt deadline to November 12, 2025, at 10:00 AM CST. The purpose of this amendment is to extend the solicitation by 21 days and provide the site visit sign-in sheet, PCRA, and ICRA documents. All other terms and conditions of the original solicitation remain unchanged and in full effect. Offerors must acknowledge this amendment via specified methods to avoid rejection of their offer.
    The Department of Veterans Affairs is soliciting bids for Project 519-26-100, which involves replacing NFC Coolers and Freezers at the George H. O'Brien VA Medical Center in Big Spring, TX. This solicitation, number 36C25725R0092, is a set-aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). The response deadline is November 12, 2025, at 10:00 AM Central Time. The project falls under Product Service Code 4110 and NAICS Code 238290. The point of contact for this solicitation is Contract Specialist Jose Reveles. Additional documents, including answers to RFIs and specifications for food service refrigerators, are attached to the amendment.
    This document is Amendment 0002 to Solicitation Number 36C25725R0092 for the Department of Veterans Affairs, Central Texas Veterans HCS, specifically for Project 519-26-100: Replace NFS Coolers and Freezers. The effective date of this amendment is October 21, 2025. The purpose of this amendment is to provide answers to Requests for Information (RFIs) and to include drawings and specifications related to food service refrigerators and PG-18-1 Div-11-41-21. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by one of the specified methods prior to the hour and date set for receipt of offers.
    The Department of Veterans Affairs (VA) is issuing a presolicitation notice for Project #519-26-100, which involves replacing and installing NFS Coolers and Freezers at the George O’Brien VA Medical Center in Big Spring, TX. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), includes the replacement, installation, testing, and integration of all refrigeration components, ensuring connection to the JCI (Metasys) Building Management System. The estimated magnitude of this construction project is between $500,000.00 and $1,000,000.00. The VA plans to issue an RFP around September 18, 2025, with a response date of October 20, 2025. A site visit is recommended, and details will be provided in the solicitation. The contracting specialist is Bobby Reveles, who can be reached at jose.reveles@va.gov.
    The Department of Veterans Affairs, Central Texas Veterans HCS, has issued a Combined Synopsis/Solicitation Notice, 36C25725R0092, for "Project 519-26-100 Replace NFS Coolers and Freezers." This project is a Service-Disabled Veteran-Owned Small Business Concern (SDVOSBC) set-aside, falling under Product Service Code 4110 and NAICS Code 238290. The solicitation seeks to replace NFS coolers and freezers at the George H. O’Brien, Jr., VA Medical Center in Big Spring, TX. Responses are due by October 22, 2025, at 10:00 AM Central Time. Jose Reveles is the point of contact for this solicitation.
    This document addresses questions regarding Solicitation 36C25725R0092, Project 519-26-100, for replacing NFS Coolers and Freezers. The project is scheduled for 2026 and will be phased to ensure the functioning kitchen remains operational. Contractors are responsible for verifying all measurements and field conditions, and new copper refrigerant piping with insulation is required. While concrete work is not anticipated, fire suppression systems may require temporary relocation. No temporary cooler/freezer units will be provided, and VA personnel will handle food relocation. Asbestos and lead-based paint testing has not been conducted, but the VA will provide its most recent asbestos survey, and contractors must notify the COR if asbestos is suspected. Work will primarily occur during regular hours, with some night/weekend work possible. The project is not design/build, and the contractor must utilize provided drawings. Fire watch will be performed by VA personnel. Designated paths for demolition debris will be provided, but contractors are responsible for replacing damaged ceiling tiles. New units must have anti-microbial finishes and meet AWEF Minimums. Scroll-style compressors are permissible, and recovered refrigeration and equipment must be documented and recycled.
    The document details specifications and layouts for constructing insulated wall panels and cooler structures, including materials such as lag bolts, silicone, and insulation types. It provides plans for interior components, dimensions for various fixtures, the type of exterior finishes, and essential hardware for assembly. Additionally, it includes specific electrical requirements and design loads for structural safety, while noting that penetrations are the responsibility of others.
    This document contains detailed specifications and dimensions for a cooler/freezer combo, including construction materials, insulation types, hardware components, and layout designs. It emphasizes the importance of proper assembly and sealing to ensure efficiency, with notes on structural requirements for various operational temperatures. Additionally, it outlines electrical and refrigeration equipment selections, pressure ratings, and includes delivery and design notes for installation.
    The document outlines specifications for a cooler/freezer combo, including dimensions, materials, insulation types, and hardware requirements. It details the construction components, including wall panels, floor insulation, and the necessary refrigeration equipment, such as compressors and electrical requirements. Additional notes cover the installation procedures and structural integrity requirements, emphasizing the responsibility of others for any penetrations.
    The document outlines the first floor architectural plan for a Veterans Affairs Medical Center (VAMC) in Big Spring, VA, detailing various refrigeration and freezer units with precise measurements. It includes a table indicating approval and drawing details alongside the building number. The specifications list multiple walk-in refrigeration areas alongside their respective dimensions.
    The document lists dimensions and specifications for various walk-in refrigeration and freezer units, including several models (1070A, 1075, 1073, 1076) with specific measurements in feet and inches. It details multiple units, indicating capacities and configurations necessary for refrigeration needs. The information appears to be part of a layout or equipment inventory.
    This government file specifies requirements for walk-in coolers and freezers, covering construction, performance, and installation. It details panel construction, door features, insulation, and floor specifications, including options for floorless units and specific floor finishes like quarry tile. The document outlines requirements for condensing units, unit coolers, and monitoring alarm systems, emphasizing compliance with NSF, UL, ASHRAE, and NFPA standards. It also addresses special freezer requirements, such as entrance through a higher-temperature refrigerator, and comprehensive specifications for digital refrigeration rack systems, including compressor redundancy, piping, and electrical connections. The file concludes with installation guidelines, start-up procedures, and performance testing protocols, ensuring operational efficiency, safety, and adherence to manufacturer instructions and industry standards. This document is crucial for federal, state, and local RFPs involving the procurement and installation of commercial-grade walk-in refrigeration units.
    The Department of Veterans Affairs (VA) is soliciting offers for Project #519-26-100, which involves replacing NFS Coolers and Freezers at the George H. O’Brien, Jr., VA Medical Center in Big Spring, TX. This project is set aside for 100% Service-Disabled Veteran Owned Small Businesses (SDVOSB) with a construction magnitude between $500,000 and $1,000,000. The scope includes the replacement, installation, testing, and integration of all refrigeration components, connecting them to the JCI (Metasys) Building Management System, and re-installing fire suppression systems. A site visit is scheduled for October 1, 2025, and offers are due by October 22, 2025. Proposals will be evaluated based on past performance (significantly more important) and price, with a focus on technical acceptability and bonding capacity.
    The document is a sign-in sheet from a pre-bid site visit for the project "Replace NFS Coolers and Freezers" held on October 1, 2025, at 300 W. Veterans Blvd., Big Spring, Texas. It lists attendees from various companies, including Monument Construction, Veterans Pre-Const, and Mapco Inc., along with their contact information. Notably, many slots are left blank, indicating that not all expected participants attended the visit.
    The VHA Infection Control Risk Assessment (ICRA) template (VHA ICRA-1.3, December 2024) provides minimum requirements for assessing and mitigating infection risks during construction, renovation, and maintenance activities within VHA facilities. It is a critical component of the VHA Pre-Construction Risk Assessment (PCRA), specifically addressing infection prevention. The process involves categorizing the activity type (A, B, C, or D), identifying affected areas and their services, determining the overall patient risk category (Low, Medium, High, Highest), and then matching these to establish the required level of infection prevention and control precautions (I, II, III, or IV). Each precaution level outlines specific control measures to be implemented during the activity and upon completion. For Level III and IV activities, a permit is required and must be posted at the project site. An appendix also provides an alternative method for interior construction space exhaust when outdoor venting is not feasible, ensuring equivalent infection prevention and control. The document includes a fillable permit form for these activities.
    The VHA Pre-Construction Risk Assessment (PCRA) template (VHA-PCRA-2024-1.1) provides minimum requirements for categorizing the type and safety risk of construction, renovation, and maintenance activities. This assessment determines necessary precautions to prevent adverse impacts on patients, employees, and contractors. The template outlines control measures for three activity types: Inspection/Upkeep, Small-Scale, and Large-Scale, with increasing control requirements for higher risk activities. It emphasizes using activity statements of work and drawings for assessments, incorporating communication and coordination plans, and customizing the template for site-specific needs. The PCRA specifically addresses non-infection-related safety and must be used in conjunction with a VHA Infection Control Risk Assessment (ICRA) if infection risks are present. The document also includes an Adjacent Area Assessment to coordinate with affected areas and a fillable permit form for posting at activity sites.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Y1DA--36C25726R0012, 674-22-805 Upgrading Building Automation System Temple & Waco
    Buyer not available
    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.
    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.
    Z2DA--519-23-908 EHRM Tier 2 Data Center Construction - Big Spring
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the EHRM Tier 2 Data Center Construction project at the West Texas VA Health Care System in Big Spring, Texas. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring contractors to provide all necessary tools, equipment, materials, labor, and supervision to complete the renovation within 225 calendar days. The project, estimated to cost between $5,000,000 and $10,000,000, is critical for modernizing the facility's data management capabilities and ensuring compliance with safety and operational standards. Interested bidders must submit their proposals electronically by December 18, 2025, at 12:00 PM EST, and can direct inquiries to Contract Specialist Devin M. Russell at devin.russell@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.
    J041--512 A5-26-008 Replace 17H Blast Chiller Condenser PERRY POINT MD VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to replace the 17H Blast Chiller Condenser at the Perry Point VA Medical Center in Maryland. The project entails the removal and disposal of the existing Master-Bilt Model BCLZ150UC condensing unit, installation of a new unit with matching specifications, and ensuring compliance with national and local codes, including safety protocols. This procurement is critical for maintaining the operational efficiency of the facility's refrigeration systems, which are essential for patient care and facility management. Interested parties must submit their capability statements and relevant business information by December 8, 2025, to the primary contact, John Ritter, at JOHN.RITTER2@VA.GOV or by phone at 843-814-0299.
    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.
    Pharmacy B201 Chiller One time Repair
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the one-time repair of the Pharmacy Chiller located in Building 201 at the VA Southern Oregon Rehabilitation Center and Clinics in White City, Oregon. The project involves a comprehensive repair that includes recovering refrigerant, replacing the Electronic Expansion Valve (EEV), installing new filter dryers, conducting pressure tests, recharging the system, and addressing any software-related issues to ensure the chiller operates efficiently. This contract, valued at up to $19 million, is set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with a performance period from December 3, 2025, to March 3, 2026. Interested contractors must submit their proposals by December 10, 2025, at 10:00 AM PST, and can contact Alan C. Perez or Helen Woods for further information.
    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.
    Y1DA--36C25726R0015 | 671-22-118 Replace Cast Iron Drain 2nd and 3rd Floor
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the replacement of cast iron drain lines and the chemical waste system on the 2nd and 3rd floors of the Audie L. Murphy Memorial Veterans Hospital in San Antonio, Texas. This project, identified as 671-22-118, requires contractors to provide all necessary labor, materials, and equipment, with a contract value estimated between $500,000 and $1,000,000. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the importance of maintaining operational continuity within the medical center while adhering to strict safety and regulatory standards. Proposals are due by December 9, 2025, at 2:00 PM CDT, and interested parties should contact Cassandra S. King at Cassandra.King@va.gov for further information.
    Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17 (VA-26-00003326)
    Buyer not available
    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.