437-22-108 Place Chilled Water Pumps on Epower
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA) is issuing a presolicitation notice for a firm-fixed-price construction contract to "Place Chilled Water Pumps on Emergency Power" at the VA Fargo VAMC in Fargo, North Dakota. This project involves installing and commissioning an automatic transfer switch and modifying electrical systems for chilled water pumps. This is a TOTAL 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The Invitation for Bid (IFB) is planned for issuance around February 6, 2026, with bids due March 6, 2026.
Scope of Work
The work includes, but is not limited to:
- Providing all labor, materials, and equipment to place chilled water pumps on emergency equipment branch power.
- Installation and commissioning of a new automatic transfer switch for five (5) 40 hp chilled water pumps (CHWP#1-5).
- Breaker location switching and replacement for pumps 8, 9, 12, 13, 14, 15, 16, 17, 18, and 19.
- Motor Control Center (MCC) bucket swapping and relocation for pumps 8 and 9.
- Demolition, intercepting, rerouting, and installation of necessary conduit and wire.
- Replacement of all necessary devices, cabling, and conduit as per specifications.
- Testing of all installed equipment according to NEC, NETA, and IEEE standards.
- Compliance with VHA Directive 1028, contract documents, and all applicable federal, state, local codes, and NFPA requirements.
Contract & Timeline
- Contract Type: Firm-Fixed-Price construction contract.
- Period of Performance: 270 calendar days from Notice to Proceed (NTP).
- Magnitude of Construction: Estimated between $250,000.00 and $500,000.00.
- IFB Planned Issuance: On or about February 6, 2026.
- Bids Due: March 6, 2026, at 2:00 PM CST.
- Published Date: January 20, 2026.
Eligibility / Set-Aside
This acquisition is a TOTAL 100% SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE.
- Bidders must be registered and certified as an SDVOSB in the Veteran Small Business Certification (VetCert) at https://veterans.certify.sba.gov at the time of bid submission.
- NAICS Code: 236220 (Commercial and Institutional Building Construction) with a small business size standard of $45 million.
- Bidders must represent themselves as a small business concern under the assigned NAICS code.
Submission & Evaluation
- The Invitation for Bid (IFB) will be issued under Federal Acquisition Regulation (FAR) Part 14 and 36.
- Further details on dates, events, locations, and site visits will be provided in the solicitation.
- The solicitation will be available for download at SAM.gov.
Additional Notes
- This notice is for informational purposes only and is not a request for bids.
- A 60-day window exists after the Post Award Conference and prior to NTP for badging-related submission and processing.
- Interested bidders are responsible for obtaining all bidding documents and monitoring SAM.gov for changes.
- All questions must be submitted in writing via email to Dwayne Brauch (dwayne.brauch@va.gov). Telephone inquiries will not be answered.