J041--Replace (2) A/C Units Bldg.14 POP: 04/28/2025 - 09/30/2025
ID: 36C26225Q0738Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (J041)
Timeline
    Description

    The Department of Veterans Affairs is seeking contractors to replace two air-conditioning units at Building 14 of the Phoenix VA Medical Center, with the contract period running from April 28, 2025, to September 30, 2025. The project involves providing all necessary parts, labor, and materials for the installation of new air-conditioning package units, including the proper disposal of old refrigerants in compliance with EPA guidelines. This procurement is crucial for maintaining effective cooling in the facility, ensuring operational efficiency and comfort for its occupants. Interested contractors must submit their proposals electronically by May 5, 2025, and can direct inquiries to Contract Specialist Earl Henry at earl.henry@va.gov.

    Point(s) of Contact
    Earl HenryContract Specialist
    earl.henry@va.gov
    Files
    Title
    Posted
    The document outlines a Request for Proposals (RFP) issued by the Department of Veterans Affairs under Requisition No. 36C26225Q0738, regarding the procurement of various maintenance and repair services for the Carl T. Hayden VA Medical Center in Phoenix, AZ. This acquisition is categorized as unrestricted, with a specific emphasis on minority participation, including set-asides for small businesses, service-disabled veteran-owned small businesses, and women-owned small businesses. The contractor will provide equipment such as 10-ton and 5-ton units, an 80-ton crane, and necessary materials and labor throughout the contract period from May 30, 2025, to September 30, 2025. The RFP indicates that all offers must be submitted electronically by May 5, 2025, and includes detailed instructions for bidders, outlining compliance with federal acquisition regulations and clauses. Invoicing must adhere to electronic submission protocols via the Tungsten Network. The document underscores the VA’s commitment to enforcing compliance, with strict penalties for misrepresentation regarding small business status, ensuring fair opportunity for eligible contractors. Overall, it emphasizes the importance of adherence to specified regulations while fostering inclusive procurement practices.
    The Department of Veterans Affairs (VA) issued a Sources Sought Notice to identify contractors capable of replacing two malfunctioning air-conditioning units at Building 14 of the Phoenix VA Healthcare System. This announcement, serving as market research rather than a solicitation, seeks to gather information on potential vendors qualified to provide necessary services, including parts, labor, and installation of the new units. The project requires the proper disposal of existing refrigerant in accordance with EPA guidelines and ensures that new units are accessible for maintenance. While the initiative is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), alternative contracting approaches may be considered if responses from SDVOSBs are insufficient. The Notice includes details regarding the contract specifications, required company information for interested parties, and emphasizes that costs incurred during the response process will not be reimbursed. This document underscores the VA's commitment to providing efficient cooling solutions while fulfilling federal mandates for veteran business participation.
    The document outlines an amendment for the solicitation regarding the replacement and installation of two air-conditioning units at the Phoenix VA Medical Center. The primary purpose is to clarify inquiries from potential bidders and announce a mandatory site visit scheduled for April 29, 2025. Key responses address questions about site access, personnel roles, existing equipment details, and logistical expectations for unit installation. Contractors should ensure compliance with EPA guidelines during the disposal of old refrigerants and maintain accessibility for future unit maintenance. Participants must register with the contracting specialist to attend the site visit, which offers an opportunity for stakeholders to evaluate the project requirements directly. The contract aims to ensure effective cooling for Building 14 by replacing outdated units with new installations while adhering to safety and operational standards. Overall, this amendment serves to facilitate the bidding process for prospective contractors and ensure clarity in project requirements.
    The document outlines vendor information requirements for federal government requests for proposals (RFPs) and grants. Key sections involve details like the vendor's name, address, tax identification number, and contact information. It also inquires about existing government contracts, socio-economic classifications, and the vendor's ability to accept payment methods such as purchase cards. Required certifications, such as the vendor's registration with the Central Contractor Registration (CCR) and the completion of specific eligibility checks, are mandated before entering data into the VA database. Additionally, the document addresses compliance measures, indicating potential administrative actions for failure to meet registration and eligibility verification criteria. This formal structure is designed to ensure thorough vetting and compliance for vendors seeking to engage with various government entities.
    The VA-FSC Vendor File Request Form is designed to facilitate the registration and modification of vendors within the VA system for payment processing. It includes sections for VA facility information, payee/vendor types such as commercial vendors and federal agencies, and details necessary for electronic funds transfer (EFT). Key components of the form require the unique entity identifier (UEI) for vendors registered in SAM.gov, along with taxpayer identification numbers (SSN/TIN). Vendors must provide both current and prior addresses, banking information for EFT processes, and signatures from authorized representatives. The form emphasizes compliance with the Privacy Act, informing users of their obligations and the importance of providing accurate data to ensure timely payment through the Automated Clearing House Payment System. The process indicates a typical processing time of 3 to 5 business days, underscoring the necessity for complete and precise submissions. This document's purpose aligns with federal government requirements for efficient vendor management, ensuring vendors are registered correctly which is critical for contract fulfillment and financial transactions within the context of federal grants and proposals.
    The document is the Internal Revenue Service (IRS) Form W-9, used for requesting Taxpayer Identification Numbers (TIN) from U.S. persons and certifying their tax status. The form assists entities in documenting accurate TINs for reporting income, thereby facilitating compliance with tax regulations, particularly regarding backup withholding. The document outlines essential instructions for filling out the form, including details such as the name and address of the requester, the TIN (either a Social Security Number for individuals or an Employer Identification Number for businesses), and certifications regarding the accuracy of the provided information. Notably, individuals or entities must certify whether they are subject to backup withholding and may have specific exemptions from this tax requirement. The form requires signatures to validate the information provided, emphasizing the importance of accurate reporting to avoid penalties. In the context of government RFPs, federal grants, and state/local RFPs, the W-9 serves as a critical compliance tool that ensures proper identification of entities receiving federal funds, thus preventing fraudulent activities and ensuring accountability in public finance.
    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--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.
    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.
    Z2NZ--Replace Air Handling Units 1 & 2 at the Montgomery RO
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a firm-fixed-price contract to replace Air Handling Units 1 & 2 at the Montgomery Regional Office. This project, estimated to cost between $2,000,000 and $5,000,000, involves comprehensive construction, electrical, and mechanical work, including demolition and installation, with a performance period of 270 days. The initiative is crucial for maintaining the operational efficiency and safety of the facility, adhering to various federal and VA-specific codes and standards. Proposals are due by December 17, 2025, at 4:00 PM CT, and interested parties should contact Contract Specialist Jacalyn T. Hainey at Jacalyn.Hainey@va.gov for further information.
    Z2NB--542-26-105 | Correct FCA Deficiencies Chiller Plant | NCO 4 Construction East (VA-26-00010360)
    Veterans Affairs, Department Of
    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.
    TIERED EVALUATION FY26: NRM (PROJ: 573-21-705) BB - Replace Deteriorated AHU 21, 22, 23 and 24 Gainesville FL
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit proposals for a significant construction project at the Malcom Randall VA Medical Center in Gainesville, Florida, aimed at replacing deteriorated Air Handling Units (AHUs) 21, 22, 23, and 24. This project, designated as 573-21-705, involves comprehensive site preparation, demolition, and installation of new HVAC systems to enhance operational efficiency and reliability within the medical facility. The estimated value of the contract ranges between $50 million and $100 million, with a performance period of approximately 1,095 calendar days following the notice to proceed. Interested contractors should note that the Request for Proposal (RFP) is expected to be posted on or around January 2, 2026, and all inquiries must be directed to Amber C. Milton via email at Amber.Milton@va.gov.
    Z2DA--Remediate Temperature Controls 539-21-108
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 10, is soliciting bids for the remediation of temperature controls at the Cincinnati VA Medical Center, specifically under solicitation number 36C25026B0002. This project, set aside for Service-Disabled Veteran-Owned Small Businesses, involves extensive upgrades to HVAC control systems, including the installation of new JACE BACnet routers, integration of existing controls, and replacement of outdated systems to enhance operational efficiency and patient comfort. The estimated construction cost ranges from $5.5 million to $7.5 million, with a performance period of 730 calendar days following the Notice to Proceed. Interested contractors must submit their bids by January 15, 2026, at 1:00 PM EST, and can direct inquiries to Contract Specialist Ronald T. Heidemann at Ronald.Heidemann@va.gov.
    Z1DA-- 630A4-26-500 Replace ER AHU Brooklyn Campus
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the replacement of the Emergency Room Air Handling Unit (AHU) at the Brooklyn Campus, under Project No. 630A4-26-500. This federal contract requires contractors to provide all necessary labor, materials, and supervision to replace and refurbish HVAC equipment, including the packaged AHU, exhaust fans, reheat system, heat exchanger, pumps, and constant volume boxes, while ensuring minimal disruption to the medical center's operations. The project is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs) and has a performance period of 240 calendar days from the Notice to Proceed. Interested bidders must register in SAM, verify their SDVOSB status, and submit bids by January 19, 2026, with a mandatory pre-bid site visit scheduled for December 20, 2025. For further inquiries, contact Gail E. Hill at gail.hill@va.gov.
    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.