Z2DA--626-24-203 Cooling Tower and Chillers
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 9, is issuing a pre-solicitation for construction services to upgrade Cooling Towers and Chillers at the Tennessee Valley Healthcare System (TVHS), VA Medical Center in Nashville, TN. This project, identified as Project# 626-24-203, is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The Request for Proposals (RFP) is anticipated to be released on or about June 4, 2026.
Scope of Work
The contractor shall provide all labor, materials, equipment, and supervision for the comprehensive upgrade of cooling towers and chillers. This includes architectural, plumbing, fire protection, controls, medical gas, mechanical, electrical power and systems, construction, and alterations, along with necessary removal of existing structures. The project involves a Base Bid for the complete upgrade and a Deductive Bid Alternate for specific demolition tasks, including removing cooling tower #1, associated piping, and condenser pumps. All work and materials require a one-year warranty. Contractors must utilize Siemens for controls to maintain consistency with the existing Building Automation System (BAS) and source all materials from the USA. Strict adherence to VA and OSHA safety regulations, daily burn permits, and coordination with the VA COR are mandatory. On-site work will require significant night and weekend shifts to minimize disruption to medical center operations.
Contract & Timeline
- Contract Type: Lowest Price Technically Acceptable (FAR 15.101-2)
- Project Magnitude: Between $5,000,000.00 and $10,000,000.00
- NAICS Code: 238220 - Plumbing, Heating, and Air-Conditioning Contractors
- Small Business Size Standard: $19 Million
- Period of Performance: 548 calendar days from the Notice to Proceed.
- Anticipated RFP Release: On or about June 4, 2026.
Eligibility & Evaluation
This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offerors must have a current VETS 4212 report on file, be registered in SAM, and be verified by the Department of Veterans Affairs Center for Veterans Enterprise (CVE) as an SDVOSB at the time of bid submission. Failure to be both verified by VetCert and visible on sba.gov will result in a non-responsive bid. Award will be based on the Lowest Price Technically Acceptable criteria.
Additional Notes
Contractors must visit the job site to familiarize themselves with conditions and verify dimensions. A contractor superintendent must be on-site at all times. Limited staging space (one small conex and one small dumpster) will be provided, requiring daily removal of waste. All contractor personnel must obtain VA Contractor identification badges (REAL ID required). Questions regarding this pre-solicitation must be submitted in writing via email to Michael.brown1305@va.gov, including the Project Number, Project Name, and Solicitation Number in the subject line. No questions will be considered until the actual solicitation is released.