Z2DA--Replace Auxiliary Chiller
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 bids for the replacement of an auxiliary chiller at Building 3 of the Fayetteville VA Medical Center, Project No. 565-24-113. This procurement is a Total Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside with an estimated magnitude of $250,000 to $500,000. Sealed bids are due by January 26, 2026, at 3:00 PM EDT.
Scope of Work
The project involves the removal and replacement of the existing 120-ton auxiliary chiller. The new chiller must be integrated with the existing Building Automation System (BAS) using BACNET compliant controls. Additionally, two (2) 250 gpm pumps are to be installed in an adjacent mechanical room and integrated into the BAS. All work must adhere to Federal and State regulations, VA master specifications, NFPA, and UL standards. The contractor is responsible for providing O&M manuals and warranty documentation.
Key clarifications from pre-bid questions include:
- Staffing: Superintendent and Site Safety Health Officer (SSHO) must be authorized by the prime contractor and on-site at all times. A qualified individual may serve both roles.
- Site Conditions: No known Asbestos Containing Material (ACM) or lead. ICRA requirements are minimal; dust generation must be minimized, but negative air or sticky mats are not anticipated.
- Chiller: Manufacturer is not specified, but must meet Buy American and SOW requirements. Screw or scroll chillers are acceptable. The contractor must utilize the current concrete pad; any expansion beyond the existing footprint is the contractor's responsibility at no additional cost, subject to VA approval.
- Piping: Fusion piping is not permitted; welded steel is required. Specifications for insulation and heat tape are provided in section 23 07 11.
- Controls: Integration into the BACNET system can be performed by any certified controls contractor qualified to work on a Tridium DDC.
- Testing: Testing & Balancing (T&B) is not required, but the contractor must verify adequate flow across the primary chiller loop.
Contract Details
- Contract Type: Firm-Fixed-Price
- Period of Performance: To be completed within 6 months of Notice to Proceed (NTP).
- Set-Aside: Total Service-Disabled Veteran-Owned Small Business (SDVOSB).
- NAICS Code: 238220 (Plumbing, Heating, and Air-Conditioning Contractors) with a Size Standard of $19 Million.
- Bid Guarantee: Required if the bid exceeds $150,000 (20% of bid price or $3M, whichever is less).
Submission & Evaluation
- Sealed bids must be submitted electronically to Michael.Proctor2@va.gov.
- Bids Due: January 26, 2026, 3:00 PM EDT.
- Virtual Bid Opening: January 27, 2026, 11:30 AM EST.
- Eligibility: Offerors must provide proof of SDVOSB certification in the SBA database and return the VA Notice of Limitations on Subcontracting - Certificate of Compliance (VAAR 852.219-75).
- Amendments: Offerors must acknowledge all amendments posted to SAM.gov, including Amendment 0001 which provides responses to vendor questions and the site visit sign-in sheet.
Contact Information
- Contract Specialist: Michael R Proctor (Michael.Proctor2@va.gov)