J041--HVAC Inspections, Preventive Maintenance, Repairs, & Overhauls
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), Network Contracting Office 8 (NCO 8), is conducting market research through this Sources Sought Notice to identify qualified sources for HVAC Inspections, Preventive Maintenance, Repairs, and Overhauls for Water-Cooled & Air-Cooled Chillers. Services are required for the Orlando VA Healthcare System (VAHCS) facilities in Orlando and Viera, FL. Responses are due April 1, 2026.
Scope of Work
The contractor shall provide preventive maintenance, repair services, or comprehensive (all-inclusive parts & labor) preventive maintenance & repair services programs for Water-Cooled & Air-Cooled Chillers, adhering to OEM specifications. Services may also include cooling tower maintenance, eddy current testing, and chiller overhaul on an as-needed basis. The extensive equipment list includes various Trane, Marley, EvapTech, and McQuay chillers and cooling towers across Orlando VAMC, Lake Baldwin VAMC, Lakemont Campus, and Viera VAHCC. All services must be performed by factory-certified technicians.
Contract & Timeline
- Type: Sources Sought / Market Research
- NAICS: 238220 – HVAC contractors
- Size Standard: $19,000,000.00
- Set-Aside: To be determined based on market research; may be set-aside, sole-sourced, or full and open competition.
- Response Due: April 1, 2026, by 11:00 am (EST)
- Published: March 25, 2026
Submission Requirements
Interested organizations must provide:
- Organization name, address, telephone, and email.
- SAM UEI # and Federal Supply Schedule # (if applicable).
- Socio-Economic Category (e.g., SDVOSB, VOSB, WOSB, SB).
- Website address (if applicable).
- A tailored capability statement addressing: relevant experience, services/equipment included/excluded, number of certified CVHE/CVHF Centrifugal Chiller technicians employed, discount payment terms, and warranty information.
- Details on administrative and management structure if subcontracting or teaming is anticipated.
Additional Notes
This notice is for market research only to determine potential market capacity. Telephone inquiries will not be accepted, and no feedback will be provided.