Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
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.
The Veterans Integrated Service Network 04 (VISN 04) Contracting Office / Lebanon Veteran Administration Medical Center anticipates soliciting a Request for Proposal (RFP) and
subsequently awarding a single, Firm-Fixed-Price contract that will be the Best Value to the
Government based on evaluation factors and price. The prime contractor is to contract/partner
with an Architect Engineering firm to provide design-build services necessary for completion of
designs and the construction of the Replace Chillers Buildings 1,2 and 104 DB project (This is a
Design-Build project). All design and construction must be incompliance with applicable codes,
VA Design Guides, VA policy/standards, and the terms of this contract. The contractor shall
provide all tools, travel, trades, labor, materials, permits, licenses, and supervision for
construction of the Chillers design-build project as specified in the Scope of Work.
Note: This notice is NOT a request for proposal at this time.
Project Scope Summary
The Design-Build team shall provide all, labor, materials, tools and equipment, and design-build
services necessary for design and construction of a project described here along with other
specified tasks as further defined in a request for proposal (RFP) for Replace Chillers Buildings 1,2, and 104 D/B Project Number 595-26-204. The project shall be designed and completed in
accordance with current VA guidelines, EPA requirements, VA Specifications and developed
specifically to meet local requirements for the Lebanon VA Medical Center in Lebanon PA. The
resultant contract of this procurement is to provide required design completion of the referenced
project and perform construction of completed design work. All construction work shall be
compliant with VA Master Construction Requirements: https://www.cfm.va.gov/til/spec.asp.
Selection/Administration:
This project is a Best Value tradeoff two-phase design-build solicitation. Phase I proposals will
be evaluated to determine which offerors will be selected to provide an offer for Phase II of the
solicitation. The Request for Proposal shall set forth the requirements for responding to Phase I
of the solicitation as well as all evaluation factors for both Phases I and Phase II.
The solicitation and scope of work will be available at Contracting Opportunities http://SAM.gov.
Amendments to the solicitation will also be posted on this website. All parties must obtain
solicitation documents and amendments to the solicitation through the website. Hard copies will
not be mailed. It is the responsibility of the Contractor to frequently check the website for all
notices, amendments, etc., regarding this solicitation. The Government will not be responsible
for any notification not sent or received by the Contractor regarding the solicitation. The contract
will be awarded in accordance with the procedures specified in the solicitation.
This contract is being procured in accordance with the Federal Acquisition Regulation (FAR)
Subpart 36.3 Two-Phase Design-Build Selection Procedures. This contract is set-aside 100%
for Service-Disabled Veteran-Owned Small Business s (SDVOSB) capable of completing
work under the North American Industrial Classification System (NAICS) code 236220
Commercial & Industrial Building & Construction with a size standard of $45.0 million in annual
receipts for the past three years. The contract will be awarded as a Firm Fixed Price (FFP)
contract.
Period of Performance: 180 calendar days from Notice to Proceed (NTP)
Magnitude of Construction: Between $1,000,000.00 and $5,000,000.00.
The solicitation will be issued on or about November 21st 2025.
All questions pertaining to this solicitation must be received in writing via e-mail to
Kaitlyn.Szlachta@va.gov. NO TELEPHONE REQUESTS WILL BE HONORED. All questions
and Government responses will be posted to the SAM.gov website.
A pre-bid conference/site visit for Phase I will be announced with the solicitation.
Attendees will meet at the front entrance of Building 19 on the Lebanon VAMC Campus. A prebid site visit for those contractors selected to participate for Phase II will be held at a date and time to be determined. All respondents must be registered in the System Award Management System (SAM) database at time of Phase I submittal. Offerors must be verified by the Small Business Administration (SBA) Veteran Small Business Certification (VetCert)
https://veterans.certify.sba.gov/ at time of Phase I submittal. Any offeror not SBA or SAM
verified at time of proposal submittal will be disqualified and proposal will be rejected.