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 Project 546-23-105: Create Redundancy Capacity in Chiller Plant System/Chilled & Condensed Water System Repair/Replacement at the Bruce W. Carter VA Medical Center in Miami, FL. This project involves significant construction to expand the existing Utility Chiller Plant. This is a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Proposals are due April 13, 2026.
Project Overview & Scope
The primary objective is to address an N+1 redundancy finding by expanding the existing Utility Chiller Plant at Building 44. This entails constructing a new four-story building addition to house new mechanical and electrical equipment. Key deliverables include:
- Construction of a new four-story addition building.
- Installation of a new 1,250-ton water-cooled chiller and a new two-cell cooling tower.
- Installation of electrical gear and a new electrical service room.
- Demolition and removal of existing structures, site preparation, and completion of all tasks per the Statement of Work (SOW).
- Compliance with federal, state, and local regulations, codes, and standards (e.g., OSHA, NEC, NFPA).
- Provision of training for VA personnel on new equipment and development of a detailed project-specific fire-safety measure plan.
- Documentation of all work performed, including submittals, daily logs, and "As Built" drawings.
Contract Details & Timeline
- Contract Type: Firm-Fixed-Price.
- Period of Performance: 730 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).
- Published Date: March 3, 2026.
- Site Visit: Wednesday, March 18, 2025, at 09:00 am EST.
- Requests for Information (RFIs) Due: Wednesday, March 25, 2026, at 11:00 am EST.
- Proposals (RFPs) Due: Wednesday, April 13, 2026, at 11:00 am EST.
Submission & Evaluation
Proposals must be submitted electronically. Evaluation factors include Technical Approach (Specialized Experience, Technical/Management Approach, Project Planning/Schedule, Energy Efficiency/Environmental Impact), Past Performance, and Price. Technical Factors and Past Performance are significantly more important than Price. Required attachments include a Past Performance Questionnaire, Specialized Experience Form, EMR Form, and compliance with DBA Wage Determination FL20260215.
Eligibility & Key Requirements
This procurement is a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Offerors must be certified by the SBA and listed in the VetCert database at the time of proposal submission and award. Registration in SAM.gov is required. A Bid Guarantee (20% of bid price or $3,000,000, whichever is less) is required, and Payment and Performance Bonds will be required upon award. Funds are not currently available; award is contingent upon appropriation.