Z1DA--Upgrade Chiller Plant Construction - Northport - Project 632-25-101
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 VHA Program Contracting Activity Central (PCAC), is conducting a Sources Sought market survey for the Upgrade Chiller Plant Construction project at the Northport VA Medical Center in Northport, NY. This initiative aims to identify qualified sources for a project estimated between $20 million and $50 million. Responses will inform the final procurement method and potential set-aside. Capability statements are due by April 1, 2026, at 1:00 PM ET.
Project Scope
The project involves comprehensive general construction and alterations to the existing chiller plant. This includes the removal of current building components and systems, followed by the construction and installation of new items. The work will be executed in two distinct phases, with Phase 1 required to be fully operational and supporting the medical facility before the commencement of Phase 2. A critical component of the project is the installation and maintenance of a temporary chiller plant to ensure continuous support for the Medical Facility throughout the construction period. All temporary installations must remain in service until the new chiller plant is fully operational and accepted.
Procurement Information
This is a Sources Sought notice for market research purposes only; it is not a solicitation. The proposed project is anticipated to be a competitive firm-fixed-price contract utilizing a design-bid-build approach. The final solicitation is expected to be issued as either a Request for Proposal (RFP) under FAR Part 15 or an Invitation for Bid (IFB) under FAR Part 14, depending on market research results. The applicable NAICS code is 236220 (Commercial and Institutional Building Construction) with a size standard of $45 million. The project duration is estimated at 730 calendar days from the Notice to Proceed. The type of socio-economic set-aside, if any, will be determined based on responses to this notice, with all socioeconomic categories encouraged to respond.
Capability Statement Requirements
Interested contractors must submit a capabilities statement, not exceeding eight (8) single-sided pages, in a single application-generated PDF (max 4MB). The submission must include:
- Company name, Unique Entity Identifier (UEI), address, Point-of-Contact (POC) name, phone, and email.
- Business size and type (e.g., Large Business, SDVOSB, WOSB) based on NAICS 236220.
- A Statement of Interest in the project.
- Prime contractor's available bonding capacity, evidenced by a letter of intent from their bonding company.
- Details of up to three (3) comparable contracts performed within the last seven years, including project name, owner/contact, scope, size, building use, dollar value, and dates. Specific examples relating past projects to this requirement and describing self-performed effort are crucial.
Submission Details
- Deadline: April 1, 2026, at 1:00 PM ET.
- Method: Electronic submission via email to thomas.council@va.gov.
- Subject Line: Must include the Sources Sought number (36C77626Q0151) and project title.
- Note: This is for information and planning only. No phone calls will be accepted, and hard copies are not permitted. Do not request a copy of the solicitation at this time.