Y1DZ--618-25-202, Replace Chiller #4
ID: 36C26325B0006Type: 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

CONSTRUCTION OF OTHER HOSPITAL BUILDINGS (Y1DZ)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for the replacement of Chiller #4 at the Minneapolis VA Health Care System's Energy Center (Building 69). The project requires the contractor to remove the existing chiller and install a new 1,100-ton centrifugal unit, along with necessary upgrades to associated equipment, including pumps and filters, while ensuring compliance with safety and operational regulations. This procurement is critical for maintaining the facility's operational efficiency and emergency preparedness, as it includes the installation of emergency chiller connection points and a quick disconnect panel for future chiller failures. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their proposals electronically by May 21, 2025, at 2:00 PM CDT, and can direct inquiries to Contract Specialist Trevor W. Keyworth at Trevor.Keyworth@va.gov.

    Point(s) of Contact
    Trevor W KeyworthContract Specialist
    Trevor.Keyworth@va.gov
    Files
    Title
    Posted
    The document outlines a solicitation for a construction contract to replace Chiller #4 at the Minneapolis VA Health Care System, issued by the Department of Veterans Affairs. This project, identified under solicitation number 36C26325B0006, is specifically set aside for Service Disabled Veteran Owned Small Business (SDVOSB) concerns in compliance with federal laws promoting veterans' business participation. Contractors must provide all necessary labor, materials, and tools, with the performance period mandated to be within 190 calendar days after receiving a notice to proceed. The estimated cost range for the project is between $1,000,000 and $2,000,000, adhering to NAICS code 238220 for plumbing, heating, and air-conditioning contractors. Critical aspects of the bidding process include a pre-bid site visit, submission of various documentation, bid guarantees, and compliance with government regulations regarding labor and equal opportunity. Proposals must be submitted electronically by April 28, 2025, and all submissions are subject to defined conditions and the possibility of amendments. The successful bidder must be determined "responsible" based on established criteria before the award of the contract.
    The Department of Veterans Affairs plans to issue a presolicitation notice for Project Number 618-25-202, which involves replacing Chiller #4 at the Minneapolis VA Health Care System. This project is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), in accordance with relevant legislation. The target solicitation date is March 6, 2025, with an anticipated award date within 90 days following the bid opening. The contractor will demolish the existing chiller, perform the installation of a new unit, and ensure connections for emergency power and backup systems. The total project cost is estimated to range between $1,000,000 and $2,000,000, with a required performance period of 150 days from issuance of the Notice to Proceed. Bidders must have proper registrations, including the Unique Entity Identifier and compliance with the Veterans Small Business Certification program. Interested parties are directed to access official solicitation documents and further updates via the System for Award Management (SAM) website. All inquiries should be directed to designated Contracting Officers via email. This notice is part of ongoing efforts to promote veteran-owned businesses in government procurement activities.
    The document is an amendment to a solicitation for a federal project to replace Chiller #4 at the Minneapolis VA Health Care System. Key updates include the rescheduling of a second site visit to April 15, 2025, at 10:30 AM CT, and the extension of the submission deadline for questions to April 22, 2025, at 10:00 AM CT. Additionally, the bid deadline has been changed from April 28, 2025, to May 5, 2025, at 10:00 AM CT. The contracting officer overseeing this amendment is Eric Reis, who confirms that all other terms of the original solicitation remain unchanged. This notice is directed to all offerors/bidders, emphasizing the importance of acknowledging the amendment to avoid rejection of offers. The document details administrative changes necessary for the procurement process, ensuring bidders are informed of the updated timeline and site visit.
    The document is an amendment to a solicitation from the Department of Veterans Affairs regarding the project "Replace Chiller #4." The primary purpose of the amendment is to extend the bid deadline from May 5, 2025, at 10:00 AM CT to May 16, 2025, at 10:00 AM CT. This amendment requires all Offerors/Bidders to acknowledge receipt of the changes prior to the updated deadline. It also details the contact information for the Contract Specialist, Trevor Keyworth, and emphasizes the importance of timely acknowledgment to avoid rejection of offers. The document ensures that all previous terms and conditions remain unchanged and reinforces the administrative authority under which the modification is made, adhering to federal guidelines. Overall, this amendment serves to facilitate the bidding process while ensuring compliance with federal RFP protocols.
    The document outlines an amendment to a solicitation for a government contract related to the replacement of Chiller #4 at the Minneapolis VA Health Care System. The amendment serves several purposes: it answers questions from potential bidders, updates the Scope of Work (SOW) and specifications, and provides a list of attendees from a pre-bid site visit. The proposal due date remains unchanged, set for May 16, 2025, at 10:00 AM CT. The contractor is expected to furnish all necessary labor, materials, tools, and equipment to execute the project in accordance with the contract documents and specifications. Including additional emergency preparedness measures, the contractor will install emergency chiller connection points and a quick disconnect panel for future chiller failures. Attached documents encompass the updated SOW, complete specifications for the chiller, and supplementary materials related to the pre-bid activities. Overall, the amendment clearly communicates important updates and expectations for interested contractors in responding to the RFP.
    The document outlines an amendment to a solicitation for the replacement of Chiller #4 at the Minneapolis VA Health Care System. It is administered by the Department of Veterans Affairs, specifically the Network 23 Contracting Office. The main purpose of this amendment is to update the wage determination attachment and confirm that the proposal due date remains unchanged for May 16, 2025, at 10:00 AM CT. The project requires the contractor to provide all necessary labor, materials, and equipment to replace the chiller in compliance with project documents and specifications. Additional work includes installing emergency chiller connection points and a quick disconnect panel to ensure emergency preparedness in case of chiller failures. The document includes an attachment detailing the updated wage rates relevant to the project. This amendment indicates a commitment to following current wage standards while moving forward with critical infrastructure updates at the VA facility.
    The document is an amendment related to a federal Request for Proposal (RFP) concerning the replacement of Chiller #4 at the Minneapolis VA Health Care System. Key changes in the announcement include an extension of the proposal submission deadline from May 16, 2025, to May 21, 2025, at 2:00 PM CDT. The purpose of the amendment is to address additional queries submitted by potential contractors and to adjust the timeline for bidding. The contractor is expected to provide necessary labor, materials, tools, and equipment to complete the project per the Scope of Work, contract documents, and other specifications. Importantly, the project will also involve installing emergency chiller connection points and a 1600A quick disconnect panel for future chiller failures, enhancing emergency preparedness. Two attachments accompany the amendment, detailing supplemental questions and the locations of fuel tanks relevant to the project. This amendment reflects the VA’s aim to ensure clarity and preparedness in its contractual undertakings, promoting efficient project execution and compliance with regulations.
    The Minneapolis VA Health Care System has issued a Request for Proposal (RFP) for the replacement of Chiller #4 at the Energy Center (Building 69). This project involves removing the existing chiller and installing a new 1,100-ton centrifugal liquid chiller, along with updating associated equipment such as pumps and filters. The scope includes ensuring compatibility with the existing cooling system, adhering to current environmental regulations, and implementing necessary electrical and plumbing installations. The contractor is responsible for materials, compliance with safety regulations, and maintaining a clean worksite. The project is set to commence from the Notice to Proceed date with a timeline of 190 days for completion. Security measures require contractors to obtain appropriate badges, and coordination with VA staff is essential for any electrical shutdowns. Key documents to be submitted include proposals, cost estimates, and construction specifications. Overall, this RFP aims to enhance the facility's operational efficiency and compliance within the VA's regulatory framework.
    The document is a compilation of solicitation questions and corresponding answers, related to a federal government Request for Proposal (RFP). It lacks specific content in its current form, as there are no questions or answers presented, making it challenging to extract detailed insights or summaries. Typically, such documents serve to clarify the Statement of Work (SOW) and address potential bidders' inquiries regarding project requirements, procedures, or expectations. The absence of content suggests that it may be a template or a placeholder intending to capture future communications during the RFP process. Overall, the purpose of this document aligns with facilitating transparency and ensuring all interested parties have access to the same information as they prepare their proposals for federal grants or contracts. The effective communication of questions and answers can significantly impact the quality of responses and the overall integrity of the bidding process.
    The Department of Veterans Affairs (VA) is seeking justification for a sole source procurement of a York 1,100-ton Centrifugal Liquid Chiller, to replace Chiller #4 at the Minneapolis Veterans Affairs Medical Center (VAMC) in Building 69. The justification is rooted in the need for standardization, as the existing chillers are also of the York brand, leading to efficiencies in maintenance and operations. The procurement method will be a firm-fixed price contract and is being set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The document outlines that only one responsible source qualifies for this procurement under FAR regulation 6.302-1, highlighting the cost implications and operational compatibility risks associated with using equipment from a different manufacturer. Market research has been conducted, revealing no alternative suppliers can seamlessly integrate with the existing control systems. The contracting officer will ensure fair pricing through competitive bidding, affirming that this request fulfills the VA's bona fide needs. Approval processes involving certification from key personnel within the organization are documented, showcasing the procedural integrity of the acquisition process. This procurement emphasizes the VA's commitment to maintaining operational consistency and quality in its facilities.
    This document outlines the specifications and parameters for the MaxE Centrifugal Liquid Chiller marked for the VA Medical Center's chiller replacement project in San Antonio, with a notable date of November 15, 2024. It details engineering and construction aspects, including the dimensions and weights of various components such as the evaporator and condenser. The chiller's overall length, width, and height are specified, along with the inlet and outlet arrangements for the evaporator and condenser, which involve complex piping and pressure ratings. The design includes Victaulic grooved nozzles in accordance with ANSI/AWWA standards and specifies necessary isolation valves. The overall shipping weight stated is 40,046 lbs, with a significant operating weight of 45,454 lbs, indicating substantial equipment for heating and cooling systems. This document serves as a technical reference for contractors involved in the implementation of the project and adheres to typical standards necessary for federal grant compliance and local RFP requirements, reinforcing the importance of adherence to prescribed specifications and safety regulations in government-funded projects.
    The document outlines essential components related to Substation 2's electrical and mechanical systems. Key items include the 1600A electrical quick disconnect location, operational pumps (69-P17 and 69-P18), and their corresponding Variable Frequency Drive (VFD) for Pump 69-P18. Additionally, it mentions the Chem Aqua water filter and Chiller #4. This summary indicates specific equipment and operational elements that could be relevant for an RFP related to maintenance, upgrades, or inspections of these systems. The focus on electrical disconnections and environmental systems suggests a need for compliance with safety regulations and functionality of infrastructure, which may be of interest to individuals or companies responding to federal or state/local RFPs and grants concerning energy management, water filtration, or HVAC systems. This concise cataloging of essential equipment serves as a foundational element for planning or authoring proposals aimed at supporting governmental infrastructure initiatives.
    This document outlines key components related to Substation 2, focusing on the electrical and mechanical systems within that facility. It highlights locations for critical infrastructure such as the 1600A electrical quick disconnect, two pumps (69-P17 and 69-P18), and a variable frequency drive (VFD) for pump 69-P18. Additionally, it references the Chem Aqua water filter and Chiller #4, indicating significant components that are likely part of system operations or maintenance projects. The context suggests this information may be relevant for proposals or grants aimed at maintaining or upgrading the electrical and mechanical integrity of the facility, focusing on efficiency and functionality within the framework of government RFPs and regulatory compliance. Overall, it serves as a foundational reference for contractors or government analysts involved in related infrastructure projects at this location.
    The document outlines the wage determination for construction projects in Hennepin County, Minnesota, under the Davis-Bacon Act, which mandates the payment of prevailing wage rates on federal contracts. It stipulates that contracts awarded on or after January 30, 2022, require a minimum hourly wage of $17.75, while those awarded between January 1, 2015, and January 29, 2022, require a minimum of $13.30, unless the listed wage rates are higher. A detailed table lists various construction job classifications along with their respective wage rates and fringe benefits. Examples include an Electrician earning $56.00 per hour plus $34.39 in fringes, and a Carpenter earning $45.54 per hour plus $29.34 in fringes. The document emphasizes compliance with Executive Orders related to employee rights, including paid sick leave. It also outlines the process for requesting appeals and clarifications regarding wage determinations. This document serves to ensure fair labor standards and worker protection amidst government-funded construction projects, essential for RFPs (Requests for Proposals) and grants aimed at maintaining labor practices and standards in public construction.
    The document outlines the VA's limitations on subcontracting for contracts involving service and construction, specifically addressing Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). Contractors must comply with the stipulated percentage of work they can subcontract: a maximum of 50% for service contracts, 85% for general construction, and 75% for specialty trade contracts to firms not certified as SDVOSBs or VOSBs. Additionally, costs for materials are excluded from subcontracting limits. The offeror is required to certify compliance, which is subject to review by the VA, and any falsification could lead to serious legal repercussions. The offeror must maintain documentation to demonstrate compliance and cooperate fully with VA inquiries, with failure to provide necessary documents potentially resulting in punitive measures. This regulation is crucial for ensuring that contracts are fulfilled by veteran-owned businesses and supports the government’s goal of fostering small business participation in federal contracting.
    The document addresses various technical inquiries related to a government RFP for chiller replacement and upgrades. It outlines concerns about extended lead times for chiller selection, indicating flexibility in the submission timeline due to current supply chain issues. There are specific questions regarding the precision of evaporator configurations, project warranty requirements, and the acceptability of remote starters. The maintenance of existing chilled water systems, including isolation valves and control devices, is guided by the Statement of Work (SOW). It also emphasizes the need for careful planning concerning an underground tank and mandates coordination for chemical treatment of the chilled water. Additionally, it directs contractors to refer to technical specifications and drawings for precise installation details. This document focuses on ensuring compliance with project specifications and adapting to unforeseen logistical challenges, reflecting the complexities involved in it.
    The document outlines the Scope of Work for the replacement of Chiller #4 at the Minneapolis VA Health Care System. The project entails removing the existing chiller and replacing it with a new 1,100-ton centrifugal unit, along with various associated equipment upgrades, including pumps, water filters, and valves. The installation will accommodate necessary modifications and safety components while ensuring compatibility with existing systems. It also requires the addition of emergency power connections and a quick disconnect panel for a temporary emergency chiller. Contractors are accountable for providing all materials, conducting site assessments, and maintaining safety protocols throughout the project, which is estimated to take 190 days. Specific performance requirements, work hours, security measures, and submittal guidelines for documentation are outlined. Notably, the information is to be treated as sensitive and kept confidential. The purpose of this document is to guide the contractor in fulfilling VA specifications and ensuring the replacement project aligns with federal regulations and operational standards.
    The document outlines the wage determination for construction work in Hennepin County, Minnesota, under the Davis-Bacon Act. It stipulates that contractors must pay minimum wage rates specified by federal Executive Orders depending on the contract's award date. For contracts initiated after January 30, 2022, a minimum wage rate of $17.75 per hour applies, while contracts awarded between 2015 and 2022 require a minimum of $13.30 per hour. The document lists numerous labor classifications with their respective wage rates and fringe benefits for various trades, including electricians, welders, and laborers, among others. Each classification includes both direct pay and fringe benefits, illustrating prevailing wage standards for the region. The document also provides information about the appeals process for wage determination disputes, emphasizing worker protections and compliance with federal labor standards. This summary serves as a critical reference for contractors engaged in federally funded construction projects, ensuring adherence to legal wage standards and worker rights.
    The Department of Veterans Affairs has issued a Request for Proposal (RFP) for the replacement of Chiller #4 at the Minneapolis VA Health Care System. The project aims to install a new chiller, associated pumps, and an emergency power connection while ensuring compliance with safety and operational regulations. Contractors are expected to handle the demolition of existing systems, installation of new equipment, and adherence to security requirements throughout the construction process. The document outlines general requirements, site conditions, security protocols, and submission details for bidders. It emphasizes the importance of site visits, coordination with VA personnel, and compliance with project specifications. Furthermore, it details the process for submitting plans, shop drawings, and managing warranties. The RFP illustrates the VA's commitment to maintaining high standards for health care facilities as part of a broader infrastructure improvement initiative, while also ensuring safety and minimizing disruption during the construction process.
    The document outlines questions and answers regarding the replacement of Chiller #4 at the VA Energy Center, detailing specifications, responsibilities, and project requirements. Key points include that no additional drawings or stamped plans will be provided, and the project design will follow existing specifications while avoiding explicit delegated designs. Bidders must submit a price schedule based on a lump sum, including a cost estimate breakdown, although a tax-exempt certificate will not be issued. The project will involve coordinating the existing systems and conducting several site evaluations, with contractor responsibilities for shop drawings outlined per existing specifications. The VA confirmed there will be no new asbestos encountered, and existing wiring and panels will generally remain, ensuring the project adheres to indicated safety and operational standards. Additionally, collaboration with Johnson Controls is mandated, especially regarding system integration and controls. The overarching aim of this RFP is to ensure seamless integration of new equipment while adhering to stringent regulatory requirements and maintaining operational efficiency at the facility.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z2DA--657A5-25-101, Replace Chiller #1
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for a construction contract to replace Chiller 1 at the Marion VA Medical Center in Illinois. The project involves the disconnection and removal of the existing chiller, installation of a new unit, and necessary plumbing upgrades, all while ensuring minimal disruption to the facility's operations, which serve veterans continuously. This initiative underscores the VA's commitment to maintaining infrastructure integrity and efficient operation in healthcare settings, with a contract value estimated between $500,000 and $1,000,000. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals electronically by July 7, 2025, and are encouraged to contact Contract Specialist Kevin A. Mahoney at Kevin.Mahoney3@va.gov for further details.
    J041--Chiller Repairs
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide chiller repair services at the White River Junction VA Medical Center in Vermont. The procurement involves urgent repairs to chilled water equipment, including the replacement of oil pumps, temperature sensors, and condenser fan motors, as well as leak repairs on multiple chillers, which are critical for maintaining safety and comfort in research spaces. Interested parties must submit their quotations electronically by June 17, 2025, and are required to be registered in the System for Award Management (SAM). For further inquiries, contractors can contact Kenya Mitchell at kenya.mitchell1@va.gov or by phone at 860-666-6951.
    Z1DA--657-23-101JB FCA Replace Various Air Handling Units/Chillers Buildings 1, 24 and 51
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a construction contract to replace various air handling units and chillers in Buildings 1, 24, and 51 at the Jefferson Barracks Division of the VA Medical Center in St. Louis, Missouri. The project, identified as 657-23-101JB, aims to enhance the heating, ventilation, and air conditioning systems, addressing poor facility conditions with an estimated cost between $5 million and $10 million. This upgrade is crucial for improving energy efficiency and the healthcare environment for veterans, aligning with federal sustainability initiatives. Interested contractors must attend a site visit on June 11, 2025, and submit proposals by July 14, 2025, with evaluations based on technical experience, safety plans, and past performance. For further inquiries, contact Contracting Specialist James J Petrik at james.petrik@va.gov.
    Big Spring Chiller Maintenance
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide chiller maintenance services for the West Texas VA Health Care System located in Big Spring, Texas. The procurement aims to establish a contract that includes a base year and four option years, focusing on preventive maintenance and emergency support for York and Trane chillers, with a required response time of four hours for service calls. This maintenance is crucial for ensuring operational reliability and compliance with VA regulations, as it supports the facility's cooling systems essential for patient care and staff operations. Interested firms must respond to Contract Specialist Taminie Panich at taminie.panich@va.gov by June 30, 2025, providing their company details and a capabilities statement, while noting that this notice is for informational purposes only and does not constitute a formal solicitation.
    Upgrade Building 51 HVAC
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the Upgrade Building 51 HVAC project at the St. Cloud Health Care System in Minnesota. This project involves the replacement of aging HVAC systems in the basement of Building 51 with modern technology, ensuring compliance with current VA design standards while maintaining occupancy in adjacent areas during construction. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), is expected to be awarded as a firm fixed-price contract with a value between $1 million and $2 million, following the issuance of an Invitation for Bid (IFB) around June 30, 2025. Interested bidders must be registered in the VetCert database and the SAM database, and all inquiries should be directed to Kaleb Gleason via email at kaleb.gleason@va.gov.
    J041--Chiller Monthly Maintenance
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide monthly chiller maintenance services at the Northampton VA Medical Center in Massachusetts. This Sources Sought notice aims to conduct market research to identify potential suppliers capable of fulfilling the requirements outlined in the Performance Work Statement, particularly in managing cooling tower water systems in compliance with federal and local regulations, including health and safety standards related to Legionella and other waterborne pathogens. Interested parties must submit their capabilities and qualifications by 10 am EST on June 17, 2025, via email to Contracting Officer Tnauri Woodbridge at tnauri.woodbridge@va.gov. Vendors must also be registered in the System for Award Management (SAM) to be eligible for future contract opportunities.
    Y1DA | 580-22-100 | REPAIR REPLACE MAIN CHILLED WATER DISTRIBUTION SYSTEM | AMENDMENT 0003
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the "Repair Replace Main Chilled Water Distribution System" project at the Michael E. DeBakey VA Medical Center in Houston, Texas. This project, designated as number 580-22-100, involves extensive upgrades to the chilled water distribution system, including the installation of new pumps and distribution lines, while ensuring compliance with safety and operational standards in a healthcare environment. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a contract value estimated between $5 million and $10 million, and proposals are due by June 20, 2025. Interested parties should contact Lisa Peace at Lisa.Peace@va.gov for further details and ensure they are registered with the SBA VetCert and the System for Award Management (SAM) prior to submission.
    Z1DA--FY25 36C25725AP2590 | Cons-New | Bldg. 60 VAV Box Replacement | PND 5-26-2025
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement of Variable Air Volume (VAV) boxes in Building 60 at the Dallas VA Medical Center. The project requires contractors to conduct comprehensive site assessments, demolish existing VAV boxes, and install new units while adhering to safety and environmental regulations. This initiative is crucial for enhancing the facility's infrastructure and is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with an estimated contract value between $500,000 and $1,000,000. Interested contractors must submit their proposals by June 20, 2025, following a mandatory site visit on May 20, 2025, and can direct inquiries to Contracting Officer Horacio Fernandez at Horacio.Fernandez@va.gov.
    Z1DA--Replace AHU-05 in B406 and Add Humidification to B455 676-23-004
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the replacement of Air Handling Unit AHU-05 in Building 406 and the addition of humidification systems in Building 455 at the Tomah VA Medical Center in Wisconsin. This project, designated as Contract No. 676-23-004, involves comprehensive construction efforts, including the demolition of existing mechanical systems and installation of new HVAC equipment, while ensuring minimal disruption to ongoing medical operations. The contract is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated value between $2 million and $5 million, with a performance timeline of 336 calendar days post-award. Interested contractors are encouraged to attend a site visit on June 23 and 24, 2025, and must submit any questions regarding the solicitation by July 9, 2025. For further inquiries, Lynn H VanderVelde can be contacted at lynn.vandervelde@va.gov.
    C1DA--578 25 010 Design Upgrade Chillers for Buildings 113 and 128
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide design and engineering services for the upgrade of chillers in Buildings 113 and 128 at the Edward Hines Jr. VA Hospital in Hines, Illinois. The project aims to enhance the efficiency and reliability of the existing HVAC systems, which have been deemed inadequate since their installation in 2005, by conducting a thorough investigation, developing a comprehensive design package, and overseeing construction administration. This opportunity is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated construction cost between $2 million and $5 million, with proposals due by 10:00 a.m. CST on July 10, 2025. Interested firms should contact Kaiden A. Haynes at kaiden.haynes@va.gov for further details.