N041--CON-NRM-663A4-23-201 Replace 40 Ton Condenser BLDG 200
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), specifically the Network Contract Office 20, has issued Solicitation 36C26026R0035 for the replacement of a 40-ton refrigerant condenser at Building 200 of the VA Puget Sound Medical Center, American Lake Campus in Lakewood, WA. This is a Firm-Fixed-Price construction contract set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Proposals are due by March 25, 2026, at 12:00 PM PST.
Scope of Work
The project, identified as Project 663A4-23-201, involves the comprehensive demolition, removal, and new construction associated with replacing the existing 40-ton refrigerant condenser and its infrastructure. This includes condensate piping, refrigerant line-sets, refrigerant evaporators, and the exterior walk-in freezer. The contractor must provide all necessary labor, materials, services, and equipment, ensuring new materials are installed per manufacturer's instructions. Disposal of construction debris and hazardous waste must comply with VA, Federal, and State procedures. The period of performance is 249 calendar days from the Notice to Proceed.
Key Requirements & Special Conditions
Bidders must adhere to stringent safety and infection control protocols, including a VHA Pre-Construction Risk Assessment (PCRA) and Infection Control Risk Assessment (ICRA), which dictate specific control measures for working within a healthcare environment. An asbestos hazard has been identified in the crawl space, requiring careful management. Contractors must comply with VA Contractor Rules of Behavior for system access and provide a one-year parts and labor warranty. Submittals include a cost-loaded schedule, safety plans, shop drawings, and OSHA training certificates. A bid guarantee is required, and Performance and Payment Bonds must be furnished within ten days of award.
Submission & Evaluation
Proposals will be evaluated using a best-value tradeoff source selection process. Evaluation factors include: Key Personnel and Capacity, Technical Approach, Past Performance, and Price. The technical factors (Key Personnel, Technical Approach, Past Performance) are significantly more important than Price. A site visit is scheduled for March 3, 2026, at 9 AM PST. Questions must be submitted by March 6, 2026, at 12:00 PM PST to Kaycee.Benson@va.gov and Ty.Draszt@va.gov. Offerors must acknowledge all amendments and provide a mandatory Limitations on Subcontracting certification. Prevailing wage rates for Pierce County, WA, must be used for labor cost estimation.
Contract Details
- Contract Type: Firm-Fixed-Price Construction Contract
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS Code: 238220 (Plumbing, Heating, and Air Conditioning Contractors)
- Small Business Size Standard: $19 Million
- Response Due: March 25, 2026, 12:00 PM PST
- Contact: Kaycee D Benson, Contract Specialist, kaycee.benson@va.gov