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), Network Contracting Office 20, has issued a Solicitation for the replacement of a 40-ton condenser at Building 200 of the VA Puget Sound Medical Center in Tacoma, WA. This is a Firm-Fixed-Price construction project, designated as a 100% Service Disabled Veteran Owned Small Business (SDVOSB) Set-Aside. Proposals are due by March 25, 2026, at 12:00 PM PST.
Project Scope
This project, identified as Construction NRM Project 663A4-23-201, involves the demolition, removal, and replacement of the existing 40-ton rooftop refrigerant condenser and its associated infrastructure for Building 200 at the American Lake Campus. The scope includes condensate piping, refrigerant line-sets, refrigerant evaporators, and the exterior walk-in freezer. All installed materials must be new and adhere to manufacturer's instructions. The contractor is responsible for the removal and disposal of construction debris and hazardous waste in accordance with VA, Federal, and State procedures.
Contract Details & Requirements
- Contract Type: Firm-Fixed-Price.
- Set-Aside: 100% Service Disabled Veteran Owned Small Business (SDVOSB).
- NAICS Code: 238220 (Plumbing, Heating, and Air Conditioning Contractors), with a $19 Million size standard.
- Period of Performance: 249 calendar days from the Notice to Proceed (NTP), with work commencing within 10 calendar days of award.
- Place of Performance: Building 200, American Lake Campus, 9600 Veterans Drive Southwest, Lakewood, WA 98439.
- Bonds: Bid Guarantee, Performance, and Payment Bonds are required.
- Subcontracting: Compliance with VA limitations on subcontracting is mandatory; for general construction, not more than 85% of the amount paid by the government can go to non-SDVOSB/VOSB firms (excluding material costs).
- Safety & Compliance: Adherence to VHA Infection Control Risk Assessment (ICRA) and Pre-Construction Risk Assessment (PCRA) protocols is critical, including maintaining negative pressurization in work areas. Specific OSHA training, a designated Superintendent, SSHO, and CQCM must be onsite. A one-year parts and labor warranty is required. Work in crawl spaces requires adherence to OSHA Confined Space regulations and asbestos hazard mitigation.
- Technical: New installations must be compatible with existing BACnet communications protocol controls and the Building Automation System.
- Wage Rates: Compliance with Pierce County, Washington, prevailing wage rates (General Decision Number WA20260111) is required.
Submission & Evaluation
- Proposal Submission: Electronically via email.
- Evaluation Criteria: Best value tradeoff source selection procedures, considering both non-price and price factors. Past Performance Questionnaires (PPQ) will be used for evaluation.
- Key Deadlines:
- Site Visit: March 3, 2026, 9:00 AM PST.
- Questions Due: March 6, 2026, 12:00 PM PST.
- Offers Due: March 25, 2026, 12:00 PM PST.
- Amendments: Offerors must acknowledge all amendments, including Addendum 2 (issued Feb 13, 2026), which modifies various specifications. Representations and Certifications must be completed electronically via SAM.gov.
Contact Information
Primary Contact: Ty Draszt, Contracting Officer, ty.draszt@va.gov, 360 553 7612.