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), specifically the 246-NETWORK CONTRACTING OFFICE 6 (36C246), issued an Invitation for Bid (IFB) for Project 565-24-113: Replace Auxiliary Chiller at Building 3 of the Fayetteville VA Medical Center. This Total SDVOSB Set-Aside opportunity, estimated between $250,000 and $500,000, involved the removal and replacement of an existing 120-ton auxiliary chiller and the installation of two 250 gpm pumps. Bids for this Firm-Fixed-Price contract were due on January 26, 2026. An amendment posted on February 10, 2026, provided an abstract of the bids received.
Scope of Work
The project required the removal and replacement of the existing 120-ton auxiliary chiller at Building 3. The new chiller must be integrated with the existing Building Automation System (BAS) using BACNET compliant controls. Additionally, two 250 gpm pumps are to be installed in an adjacent mechanical room and integrated into the BAS. All work must adhere to applicable Federal and State regulations, VA master specifications, NFPA, and UL standards. The contractor is also responsible for providing Operation & Maintenance manuals and warranty documentation upon completion.
Key Requirements & Technical Specifications
Detailed specifications covered hydronic piping (welded steel, no fusion), hydronic pumps (high efficiency, inverter duty, single manufacturer), and scroll air-cooled water chillers. Chillers must be factory-assembled and tested, capable of operating with HCFC-134a or HCFC-410a refrigerants, comply with AHRI 550/590, and feature BACnet controls. A 5-year warranty for motor and compressor was required. HVAC insulation must meet specific material and installation standards. The contractor was responsible for the concrete pad if the new chiller exceeded the existing size and had to verify the adequacy of the existing expansion tank. Testing and Balancing (T&B) was not required, but verification of flow across the primary chiller loop was necessary. No known asbestos or lead was present in the work areas. A qualified Superintendent and Site Safety and Health Officer (SSHO) were required to be on-site at all times during work.
Contract Details
This was a Firm-Fixed-Price contract with a Total SDVOSB Set-Aside. The NAICS code was 238220 (Plumbing, Heating, and Air-Conditioning Contractors) with a $19 Million size standard. The period of performance was 6 months from the Notice to Proceed (NTP). A bid guarantee was required for bids exceeding $150,000.
Submission & Key Dates
The original solicitation required sealed bids to be submitted electronically to Michael.Proctor2@va.gov by January 26, 2026, 3:00 PM EDT. A virtual bid opening was scheduled for January 27, 2026. Questions were due by January 2, 2025, and a site visit was held on December 23, 2025. Offerors were required to acknowledge all amendments and provide proof of SDVOSB certification.
Latest Update
An amendment (0002) was posted on February 10, 2026, along with the "Aux Chiller Abstract.pdf". This abstract details the bids received from four offerors: Acro Construction LLC ($678,000), Panacea Construction Group ($709,518), Riley Contracting Group ($764,600), and Cross Equity LLC ($922,460). The abstract also confirms acknowledgement of Amendment 1, inclusion of bid bonds, and compliance with specific contract clauses by the offerors.
Contact Information
For inquiries regarding the original solicitation, the primary contact was Michael R Proctor, Contract Specialist, at Michael.Proctor2@va.gov.