Minneapolis VAMC Chiller Maintenance Solicitation Notice
ID: 36C26325Q0610Type: Solicitation
Overview

Buyer

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

NAICS

Facilities Support Services (561210)

PSC

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

    The Department of Veterans Affairs, specifically the Network Contract Office 23, is seeking qualified contractors for chiller maintenance services at the Minneapolis Veterans Affairs Medical Center (VAMC). The procurement aims to ensure the efficient operation of various chiller units through scheduled preventative maintenance and emergency repair services, with a contract value estimated at approximately $47 million. This solicitation is critical for maintaining the infrastructure that supports healthcare services for veterans, ensuring compliance with federal standards and operational efficiency. Interested vendors should note that the offer deadline has been extended to May 9, 2025, and are encouraged to direct inquiries to Jeffrey Brown at Jeffrey.Brown8@va.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a federal solicitation for chiller maintenance services at the Minneapolis Veteran Affairs Health Care System (MVAHCS). The procurement value is approximately $47 million, with the contractor expected to provide preventative maintenance, emergency repairs, and associated services for various chiller units listed in detail. The contract spans from May 15, 2025, through May 14, 2030, with multiple option periods defined. Key expectations include certified technicians, comprehensive maintenance programs including seasonal startups and shutdowns, diagnostic abilities for system failures, and adherence to safety and security protocols on the VA campus. Contractors must ensure both operational efficiency and compliance with environmental regulations throughout service delivery. The document specifies strict invoicing procedures, payment methods, and insurance requirements. Overall, this solicitation illustrates the government's commitment to maintaining facility operations in compliance with federal standards, ensuring the health and safety of VA services for veterans through proper maintenance and care of critical infrastructure.
    The document outlines Wage Determination No. 2015-4945 from the U.S. Department of Labor under the Service Contract Act, providing minimum wage rates and fringe benefits required for various occupations within specific counties in Minnesota and Wisconsin. Effective January 30, 2022, contracts entered into must adhere to Executive Order 14026, mandating a minimum wage of $17.75 per hour for performance in 2025, unless listed rates are higher. For contracts awarded prior to this, the applicable minimum wage is $13.30 per hour. The document lists a range of job classifications with corresponding pay rates, including administrative, automotive, health, and technical occupations. Additionally, it specifies fringe benefits such as health and welfare, vacation, and holidays. Contractors are instructed to comply with regulations regarding paid sick leave as per Executive Order 13706, and guidelines on uniform allowances and hazardous pay differentials are provided. A conformance process is detailed for unlisted employee classifications, ensuring fair wage determinations adhere to labor standards. This document supports federal RFPs and grants by ensuring compliance with compensation standards for contract labor, aiming for fair treatment of workers under federal contracts.
    The document outlines an amendment to a solicitation (36C26325Q0610) issued by the Department of Veterans Affairs’ Network 23 Contracting Office. The primary purpose of the amendment is to extend the deadline for offers to May 9, 2025, at 17:00 CDT. This extension is intended to allow additional time for vendors to submit inquiries and receive responses from the Veterans Administration regarding the solicitation. The amendment specifies that offerors must acknowledge receipt of this amendment and the proper procedures for doing so, including submission by various methods. It also clarifies that all other terms and conditions of the initial solicitation remain unchanged and in effect. The responsible contracting officer for this amendment is Jeffrey Brown, who retains authority under FAR regulations. The amendment emphasizes the importance of compliance with the new offer deadline, reiterating the need for timely acknowledgment to avoid rejection of offers.
    The document outlines an amendment to a solicitation issued by the Department of Veterans Affairs, Network 23 Contracting Office, specifically revising Offer Identification Number 36C26325Q0610. The primary purpose of this amendment is to extend the deadline for receiving offers to May 2, 2025, at 17:00 CDT, allowing vendors additional time to address questions posed to the Veterans Administration. The amendment indicates that all terms and conditions from the original solicitation remain unchanged, except for the new deadline. Contractors are advised to acknowledge receipt of the amendment in their offers or through electronic communication to ensure compliance with bidding requirements. The document emphasizes that failure to acknowledge the amendment could lead to offer rejection. This amendment reinforces the VA's commitment to transparency and effectiveness in the procurement process, ensuring appropriate vendor participation.
    The document outlines an amendment to a government solicitation by the Department of Veterans Affairs for chiller maintenance services at the Minneapolis Veteran Affairs Health Care System (MVAHCS). It addresses vendor questions regarding repair cost explanations and technician certifications, modifying the requirements to a journeyman HVACR license in lieu of brand-specific certifications. The Statement of Work details the necessity for scheduled preventative maintenance and emergency repair services for various chiller units, specifying required tasks and certifications for technicians. The contractor must provide all necessary equipment and labor, perform detailed diagnostic checks, and submit written reports after service. Additionally, this amendment includes essential timelines for service, conditions for site access, security measures, and submission guidelines for proposals, emphasizing the importance of compliance with safety and operational standards. Consequently, the solicitation remains a pivotal step in ensuring efficient chiller operations and adherence to federal standards.
    The document is an amendment to a solicitation issued by the Department of Veterans Affairs, specifically from the Network 23 Contracting Office. The primary purpose of this amendment is to officially cancel the solicitation numbered 36C26325Q0610. It outlines the administrative requirements for acknowledging the receipt of the amendment, emphasizing the need for offerors/bidders to confirm receipt to avoid rejection of offers. The amendment specifies that all terms and conditions from prior communications remain in effect with the cancellation being the key change. The document concludes with signatures from both the contracting officer and the contractor, indicating formal acceptance of the amendment. This reflects the operational procedures typical in federal RFP processes, illustrating protocol for soliciting bids within government contracting frameworks.
    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.
    Boiler / Chiller Maintenance Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Boiler and Chiller Maintenance Services at the Garland VA Medical Center in Texas. The contract, set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), encompasses a range of services including testing, inspections, preventative maintenance, corrective repairs, and emergency services over a base year and four one-year option periods, extending from March 2026 to March 2031. These services are critical for ensuring the safe and efficient operation of the facility's heating and cooling systems, which are vital for patient care and operational continuity. Interested contractors should contact Melanie Williams at melanie.williams5@va.gov or call 210-694-6378 for further details, and must adhere to specific requirements outlined in the solicitation, including the provision of a qualified project coordinator and certified technicians.
    Y1DA--NRM-CONST 630A4-22-413 Upgrade Station Chilled Water for P&ID
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade Station Chilled Water for P&ID" project at the Brooklyn Veterans Affairs Medical Center. The project involves the installation of a new dedicated air-cooled chiller system to support the oncology pharmacy and IV prep room, including necessary structural reinforcements, electrical upgrades, and plumbing work. This procurement is significant as it aims to enhance the facility's HVAC capabilities while ensuring compliance with strict safety and infection control measures. The estimated contract value ranges from $1,000,000 to $5,000,000, with a completion timeline of 365 calendar days from the Notice to Proceed. Interested parties must contact Contract Specialist Samantha Chavanga at Samantha.Chavanga@va.gov for further details and are encouraged to register in SAM.gov and SBA’s Small Business Search, as this is a 100% Service-Disabled Veteran Owned Small Business Set-Aside opportunity.
    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.
    4130--Supply: Chiller Rental
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking quotations for the rental of two 550-ton chillers for the Malcom Randall VA Medical Center located in Gainesville, Florida. This procurement involves a firm-fixed-price contract for temporary air-cooled rental chillers, which includes delivery, installation, operation, and removal, with a base period from February 1, 2026, to September 30, 2026, and two optional one-year extensions. The chillers are essential for maintaining optimal climate control within the medical facility, ensuring a comfortable environment for patients and staff. Interested vendors must submit their quotes via email to Contracting Officer Scott K. Brickey at scott.brickey@va.gov by December 23, 2025, at 4:30 PM EST, and are encouraged to attend a site visit scheduled for December 10, 2025.
    J061--Generator Maint
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Caterpillar Generator Maintenance services at the Minneapolis VA Health Care System. This procurement is a total Small Business set-aside, requiring qualified contractors to provide preventative maintenance, OEM parts, and certified technicians for comprehensive inspections, oil and filter changes, cooling system maintenance, and valve train adjustments. The contract includes a base year from February 1, 2026, to January 31, 2027, with the possibility of two option years, emphasizing compliance with various FAR and VAAR clauses, including limitations on subcontracting. Interested offerors must submit quotes and technical questions via email to Contract Specialist Robert Bennett by December 16, 2025, and quotes are due by December 23, 2025, at 4:00 PM.
    646-20-109 UD Chiller Capacity and Controls Upgrade
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the "UD Chiller Capacity and Controls Upgrade" project at the Pittsburgh VA Medical Center, specifically targeting contractors with existing Multiple Award Task Order Contracts (MATOC) for the Pittsburgh-Butler-Erie VA Medical Centers. The project entails extensive mechanical, electrical, plumbing, and structural upgrades to enhance the chiller capacity, including demolition and construction across multiple buildings, while adhering to strict safety and compliance standards. This initiative is crucial for modernizing the facility's infrastructure to ensure efficient operations and compliance with federal regulations. Proposals are due by December 30, 2025, at 3:00 PM EST, and interested contractors should contact Amy Demarest at Amy.Demarest@va.gov or Jeffrey Pruett at Jeffrey.Pruett@va.gov 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.
    Y1DA--St. Cloud VAHCS Replacement/Addition Steam Mains Presolicitation Notice
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the replacement and addition of steam mains at the St. Cloud VA Health Care System in Minnesota, under Project Number 656-21-114. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring bidders to be registered and certified in the Veteran Small Business Certification (VetCert) program. The project involves the complete removal and replacement of existing steam line vaults and the installation of new steam piping infrastructure, with a construction magnitude estimated between $5,000,000 and $10,000,000. The Invitation for Bid (IFB) solicitation is expected to be issued on or about December 29, 2025, with a performance period of 640 calendar days from the Notice to Proceed. Interested bidders should direct inquiries to Contracting Specialist Jeffrey Brown at Jeffrey.Brown8@va.gov or by phone at 651-293-3009.
    Roll-up Door Repair Minneapolis VA Medical Center
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting quotations for the repair of an overhead roll-up door at the Minneapolis VA Medical Center. The project requires a contractor to provide all necessary tools, equipment, materials, and labor to repair the door, including replacing damaged components and ensuring proper functionality of sensors. This procurement is crucial for maintaining operational efficiency and safety within the facility, and it is set aside exclusively for small businesses under NAICS code 238290, with a size standard of $22 million. Interested contractors should contact Brian Whalen at brian.whalen-crichton@va.gov or call 319-688-3754 for further details, with the contract period running from January 2, 2026, to March 2, 2026.