Y1NB--FY26: (PROJ: 546-23-105) Create Redundancy Capacity in Chiller Plant System/ Chilled & Condensed Water System Repair/Replacement
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 soliciting proposals for construction services to Create Redundancy Capacity in the Chiller Plant System at the Bruce W. Carter VA Medical Center in Miami, FL. This project, identified as PROJ: 546-23-105, aims to enhance the existing chilled and condenser water systems. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Proposals are due by April 27, 2026, at 11:00 AM EST.
Scope of Work
The contractor will provide construction services to expand the existing Utility Chiller Plant at Building 44. Key objectives include:
- Constructing a new four-story building addition to house mechanical and electrical equipment.
- Installing a new 1,250-ton water-cooled chiller and a new two-cell crossflow cooling tower.
- Installing electrical gear to support new equipment.
- Performing site preparation, demolition, and removal of existing structures.
- Ensuring compliance with all federal, state, and local regulations, codes, and standards.
- Providing training for VA personnel on new equipment.
- Developing a detailed project-specific fire-safety measure plan.
- Documenting all work, including submittals, daily logs, and "As Built" drawings.
- The contractor is responsible for commissioning, including engaging a Certified Third-Party Commissioning Agent. Existing utilities under the new addition footprint must remain, be exposed, and protected.
Contract Details
- Contract Type: Firm-Fixed-Price
- Period of Performance: 1095 Calendar Days from the Notice to Proceed (NTP).
- Magnitude of Construction: Estimated between $10,000,000.00 and $20,000,000.00.
- NAICS Code: 236220 - Commercial and Institutional Building Construction.
- Product/Service Code: Y1NB - Construction of Heating and Cooling Plants.
- Set-Aside: This procurement is a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), utilizing a tiered evaluation approach.
Submission & Evaluation
- Proposals Due: April 27, 2026, at 11:00 AM EST.
- Requests for Information (RFIs) Due: March 25, 2026, at 11:00 AM EST.
- Site Visit: March 18, 2025, at 09:00 AM EST.
- Proposals must be submitted electronically.
- Evaluation Factors: Technical Approach (Specialized Experience, Technical/Management Approach, Project Planning/Schedule, Energy Efficiency/Environmental Impact, Commissioning), Past Performance, and Price. Technical Factors and Past Performance are significantly more important than Price.
- Mandatory Submissions: Bid Guarantee (20% of bid price or $3M, whichever is less), Limitation of Subcontracting Certificate, Specialized Experience Information Sheet (up to 3 projects), EMR Form (EMR > 1.0 disqualifies), and Past Performance Questionnaires.
- Eligibility: Offerors must be SBA-certified SDVOSBs listed in the VetCert database and registered in SAM.gov.
Key Notes
Award is contingent upon the appropriation of funds. Payment and Performance Bonds will be required upon award. The VA will not be selecting Alternate No. 1, which involved deducting the fourth level of the new building.